Bakersfield Vet Center Relocation
ID: 36C24W24R0106Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions of a lease agreement between the Lessor and the U.S. Government, executed through the General Services Administration (GSA). The lease spans a firm term of 5 years within a total duration of 20 years, with provisions for termination and renewal rights. It specifies the Premises' details, including office space measurements, parking rights, and appurtenant areas for government use. Key elements include the rent structure, comprising shell rent, operating costs, and tenant improvements, with amortization terms clearly defined. The lease incorporates terms related to alterations requested by the Government, operational maintenance duties, and adjustments for real estate taxes based on occupancy. Additionally, the Lessor is tasked with ensuring compliance with construction standards and environmental protocols. The document serves as a comprehensive blueprint for the lease, ensuring both parties meet their obligations while aligning with federal procurement regulations and standards relevant to government real estate transactions. Overall, this lease mechanism aims to facilitate government operations within compliant and suitably maintained facilities.
    The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) to secure contiguous clinical space for a new Vet Center. The space must be in a high-quality, aesthetically pleasing building that complies with strict construction and operational standards tailored for the VA's needs. The leased space must facilitate maximum staff accessibility and include essential features such as a vestibule, power-assisted doors, security monitoring, and maintenance services. Specific room requirements include dedicated areas for reception, counseling, and kitchen facilities, ensuring compliance with accessibility and safety regulations. The document outlines extensive environmental, telecommunications, and security system specifications, requiring adherence to VA protocols. Signage for both interior and exterior branding must meet federal standards, including illumination and visibility from roadways. The intricate details provided demonstrate a commitment to creating a functional, secure, and welcoming environment for veterans seeking counseling services. This RFP represents a significant effort by the VA to enhance veterans' access to needed support services through strategic facility management and compliance with legislative requirements.
    This document outlines the Interagency Security Committee (ISC) Levels of Protection required for achieving Facility Security Level II (FSL II). It details the responsibilities of offerers for providing both “shell” items without pricing and “tenant improvement” (TI) items that will be priced post-award in consultation with VA Police. The document covers critical and sensitive areas within federal facilities, emphasizing the need for appropriate security measures. The established site security criteria indicate no special measures are required for various components such as landscaping and pedestrian access, while it highlights requirements for vehicle screening, identification of critical areas, and the strategic placement of HAZMAT storage. Moreover, specifications for structural security are included, such as blast resistance for windows and walls, with detailed guidelines for locking mechanisms and emergency procedures. Security systems, including video surveillance and intrusion detection, are addressed with protocols for installation, monitoring, and maintenance. Additionally, the document mandates the creation of a comprehensive Facility Security Plan and security measures during construction and renovation, reflecting the federal government's commitment to safety and risk management in federal facilities. Overall, this document serves as a guiding framework for ensuring security compliance in government contracts and facility operations.
    The document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property, detailing essential guidelines for offerors. Key instructions include definitions for important terms (e.g., discussions, proposal modifications), submission protocols for proposals (including paper and facsimile submissions), and amendment handling. Late proposals may be considered under specific conditions, including government mishandling or if they are the sole submission. Offerors are required to restrict data they wish to keep confidential by marking proposals accordingly. The evaluation process emphasizes best value determination, allowing for rejection of any proposals deemed not in the government’s interest. Additionally, firms must be registered in the System for Award Management (SAM) prior to awarding contracts. Compliance with the Federal Acquisition Supply Chain Security Act (FASCSA) is mandated, prohibiting any requests involving covered articles as cited in FASCSA orders. This comprehensive set of guidelines ensures transparency and compliance in the leasing process, reinforcing the government's standards in managing procurement and maintaining security.
    This document outlines the General Services Administration (GSA) leasing regulations, specifically focusing on lease agreements for government property below the Simplified Lease Acquisition Threshold (SLAT). It includes various clauses governing the maintenance of property, rights to inspect, handling fire and casualty damage, defaults by the lessor, and payment procedures. Essential clauses cover definitions, maintenance responsibilities, compliance with laws, and safeguarding contractor information systems, emphasizing the need for strict adherence to federal regulations and tenant standards. The document details processes for rent adjustments based on actual space delivered, mandates inspection rights for the government, and affirms obligations for both lessors and the government regarding compliance and safety. Prohibitions on contracting with entities linked to security concerns and detailed clauses for small business considerations are also included, ensuring transparency and equal opportunity in governmental contracts. This comprehensive lease framework is designed to ensure the government obtains quality, safe, and secure facilities while promoting fair business practices and adherence to legal standards.
    This document outlines the offer for leasing space in response to a Request for Lease Proposals (RLP) issued by the General Services Administration (GSA). Key components include a financial breakdown of rental costs, including shell rent, operating costs, tenant improvement (TI) allowances, and other relevant financial aspects of the lease. It details physical attributes of the building, such as square footage, floor numbers, and required parking spaces, while assessing compliance with various standards including fire safety, accessibility, and seismic requirements. Additional sections address potential renovations needed to meet lease requirements and offer details like renewal options and step rents. The document emphasizes thorough compliance with the RLP and a requirement for detailed information on property specifications and any deviations from established guidelines. By providing comprehensive details on costs, compliance, and property conditions, the document aids in the governmental review and decision-making process regarding leasing space for federal use.
    The Lessor's Annual Cost Statement is a form used by the General Services Administration (GSA) for leasing agreements, ensuring that rental charges align with local market rates. It requires lessors to estimate annual costs related to services and utilities included in rental agreements as well as costs of ownership excluding capital charges. The document is divided into two main sections: the first detailing estimated costs for services like cleaning, heating, and maintenance, and the second focusing on ownership costs such as property taxes, insurance, and management fees. Lessors must provide estimates for both the entire building and the portion leased by the government, with a thorough breakdown of each cost element. Additionally, the form emphasizes compliance with the Paperwork Reduction Act and outlines the required certifications and signatures. This structured approach helps the GSA assess fair market value, promoting transparency and accountability in government leasing processes. Overall, the document serves as a crucial tool for governmental procurement, ensuring that space leased is consistent with prevailing rates and meets established service standards.
    The General Services Administration (GSA) has outlined the Fire Protection and Life Safety Evaluation process for office buildings in a comprehensive prelease document, which consists of two parts tailored to different floor levels. Part A, to be completed by an Offeror for spaces below the 6th floor, and Part B, requiring a licensed fire protection engineer for spaces on the 6th floor or above. The document mandates compliance with the latest building and fire codes, focusing on essential safety features such as fire alarms, emergency lighting, and sprinkler systems. It details obligations for verifying the presence and operational status of safety measures, evaluating means of egress, and conducting thorough inspections. Additionally, the evaluation must note any deficiencies against the specified codes and recommend corrective actions. Part B includes a detailed narrative report documenting safety assessments, occupancy classifications, building construction types, and fire protection systems. The GSA establishes strict requirements for licenses and certifications for professionals involved, ensuring ongoing compliance and safety. This evaluation procedure is critical in maintaining safety standards for federal office spaces, reflecting the government's commitment to public safety and regulatory adherence.
    The document outlines the Lease Security Standards for government facilities, specifying requirements for various security measures across facility entrances, common areas, and internal government spaces. Key components include employee access control, public restroom access, securing critical areas, identity verification, and key control programs. It also addresses exterior signage, landscaping, parking, and the installation and maintenance of security systems such as video surveillance and intrusion detection. The Building Specific Amortized Capital (BSAC) is mentioned as an estimate of security countermeasures costs, to be finalized post-design. The Lessor must quote unit prices for identified security enhancements, with specified items designated as 'SHELL' or 'Tenant Improvements' excluded from pricing on this document. The guidelines aim to ensure comprehensive security compliance across government properties, essential for safeguarding personnel and information. The document's structured approach facilitates the implementation and adherence to required security protocols during leasing processes, reflecting the government's commitment to safety and operational integrity.
    The document outlines the procedures and forms required for seismic compliance in federal leasing, detailing pre-award and post-award submissions for Offerors. It specifies processes for evaluation and reporting, including Seismic Forms A through F. Form A certifies compliance for Benchmark Buildings, while Form B assesses Existing Buildings against the Life Safety Performance Level. Form C pertains to commitments for retrofitting or new construction, requiring design compliance with recognized seismic standards. Form D allows Offerors to claim exemptions based on property characteristics and location. Post-award Forms E and F confirm compliance of retrofitted and new buildings, respectively. Definitions clarify roles and references industry standards essential for compliance. The document underscores the importance of structural safety in federally owned or leased buildings, aligning with the broader goals of government regulations to ensure public safety and mitigate risks related to seismic events.
    This document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, a requirement for federal procurements. It specifies that the "Offeror," who is the property owner, must disclose whether they provide or use covered telecommunications equipment or services, following the provisions under the John S. McCain National Defense Authorization Act of 2019. The Offeror is instructed to complete specific sections based on their previous representations regarding covered equipment or services. Key prohibitions include not procuring or renewing contracts with entities that use such covered equipment, with exceptions for services connecting to third-party facilities. The document delineates procedures for checking excluded entities via the System for Award Management (SAM) and outlines disclosure requirements, including detailed descriptions and uses of provided equipment and services. This representation is crucial in ensuring compliance with national security regulations, and it helps mitigate risks related to telecommunications and surveillance services, safeguarding government contracts from potentially harmful equipment or software.
    The Infection Control Risk Assessment Guidelines for the VA Desert Pacific Healthcare Network provide a comprehensive framework for managing construction activities in healthcare settings to minimize the risk of infection to patients. It categorizes construction activities into four types (A to D), ranging from non-invasive to major demolition and construction projects. Each type corresponds to patient risk groups, which range from low to highest risk, determining the necessary infection control precautions. The guidelines detail specific infection control classes (I-V) that outline required practices during and after construction. These include minimizing dust, implementing barriers, isolating HVAC systems, and ensuring thorough cleaning procedures. For high-risk areas, stringent measures such as maintaining negative pressure and using HEPA filtration are mandated. Overall, these guidelines serve to protect vulnerable patient populations through strict adherence to infection control protocols during various construction activities in VA healthcare facilities, aligning with broader regulatory requirements and safety standards.
    The ADA Certification document details the lessor's commitment to meeting all accessibility requirements as specified in the Solicitation for Offers. By submitting an offer, the lessor certifies compliance with the Americans with Disabilities Act (ADA) standards unless otherwise noted. The form requests a confirmation of adherence to all sections of the outlined requirements, providing an option to specify any sections that cannot be met. This certification is crucial in ensuring that the offered properties are accessible for individuals with disabilities, aligning with federal mandates for equal access in government contracts. The document underscores the importance of compliance in government procurement processes, particularly in federal grants and RFPs related to handicapped accessibility.
    The document outlines wage determination regulations for residential construction projects in specific California counties, following the Davis-Bacon Act and related Executive Orders regarding minimum wage and worker protections. It details wage rates for various crafts, including electricians, equipment operators, and painters, specifying base rates and additional fringe benefits. For contracts initiated on or after January 30, 2022, a minimum wage of $17.20 per hour applies, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour. The document emphasizes the importance of adherence to regulations related to worker classification, conformance requests for unlisted classifications, and protections under Executive Orders, including provisions for paid sick leave for federal contractors. Additionally, it includes comprehensive classifications and wage rates applicable to different equipment operators and trades, along with an appeals process for wage determinations. Overall, this document serves as a guideline for ensuring fair labor practices and compliance in federally funded construction projects within California, directly impacting RFPs and grant funding eligibility.
    The Department of Veterans Affairs (VA) issued an amendment to its Request for Lease Proposal (RLP) No. 36C24W24R0106, extending the expiration date for offers to September 30, 2024. This RLP solicits proposals for a lease in Bakersfield, CA, specifying a modern building with at least 4,189 ABOA square feet for clinical use and a minimum 20-year lease term. The document outlines detailed requirements, including eligibility criteria, space specifications, and additional conditions related to zoning, environmental compliance, and energy efficiency standards as mandated by the Energy Independence and Security Act. The VA prioritizes offers for historic properties and emphasizes the importance of security measures, energy efficiency, and environmental due diligence, including necessary assessments and compliance with various federal regulations. The submission process, including documentation to support proposals, is explicitly defined, including requirements for financial capability and zoning compliance. This RLP reflects the VA's commitment to ensuring that leased spaces meet high standards of safety, sustainability, and accessibility while serving the needs of veterans.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Temecula Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Temecula, California, requiring a minimum of 4,230 and a maximum of 4,750 ANSI/BOMA Office Area (ABOA) of medical space. The facility must comply with federal regulations, including building and fire codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This initiative is crucial for providing readjustment counseling services to veterans and their families, ensuring a safe and accessible environment. Interested offerors must submit proposals by September 30, 2024, and can contact Contract Specialist Juan Razo at juan.razo@va.gov or Christy Snider at christy.snider@va.gov for further details.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the ability to accommodate future expansion. This initiative is crucial for enhancing healthcare access for veterans, ensuring that the clinic operates within a modern, efficient environment that adheres to federal regulations. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    X1AA--Marietta GA Vet Center Relocation Lease (VA-25-00000149) (VA-25-00000149)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Marietta, Georgia, under solicitation number VA-25-00000149. The required space must range between 4,644 to 4,876 rentable square feet and be suitable for personnel, furnishings, and equipment, ensuring maximum co-location of staff providing services to veterans. This procurement is critical for enhancing the accessibility and quality of care provided to veterans, necessitating a professional and aesthetically pleasing environment that complies with various safety and security standards. Interested lessors must submit their proposals by the specified deadline, and for further inquiries, they can contact Contracting Officer Gary Baker at Gary.Baker3@va.gov or by phone at 256-403-9563.
    X1DB--Oakland, CA Community Based Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs seeks a long-term lease for a Community Based Outpatient Clinic in Oakland, CA, through a combined synopsis and solicitation notice. The VA requires a 20,000 - 22,000 square foot space for clinical and administrative use, located within a specific radius of its current site. With a desired lease commencement date of May 1, 2025, and a firm-fixed-price contract, this project has an estimated value of $14 million. Offerors must submit proposals by the deadline to help the VA meet its objectives.
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    New Lease for VA Clinic (CBOC) Parker County, Texas
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for a Community-Based Outpatient Clinic (CBOC) in Parker County, Texas, specifically in Aledo. The procurement requires approximately 14,500 to 15,500 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous clinical space, which must include at least 125 on-site parking spaces and be available for occupancy by June 2025. This initiative is crucial for enhancing healthcare services for veterans, ensuring that the facility meets modern standards for accessibility, safety, and operational efficiency. Proposals are due by September 23, 2024, and interested parties can contact TaShia Marsh-Brown at Tashia.Marsh@va.gov or Jon Hartwick at jon.hartwick@va.gov for further information.
    X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease contiguous clinical space for a Veteran Center in Columbia, South Carolina, under the solicitation titled "X1AA--Columbia SC Vet Center Relocation (VA-25-00000148)." The procurement aims to secure a modern office space ranging from 4,793 to 5,034 square feet, designed to accommodate personnel, furnishings, and equipment necessary for providing services to veterans, with a focus on co-location of staff and a professional environment. This initiative is critical for enhancing the accessibility and quality of care for veterans, ensuring that the facility meets specific aesthetic and structural standards, including security and seismic compliance. Interested parties must submit their proposals by September 4, 2024, and can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further information.
    X1DB--Bowling Green Community-Base Outpatient Clinic (CBOC) 49,235 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Bowling Green, Kentucky, under solicitation number 36C10F24R0039. The procurement aims to secure a fully serviced lease for approximately 49,235 ANSI/BOMA square feet, including a requirement for 300 on-site parking spaces, all to support healthcare services for veterans. This initiative is crucial for enhancing access to outpatient care, reflecting the government's commitment to improving healthcare facilities for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by October 4, 2024, with inquiries directed to Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov.
    Houston West Vet Center
    Active
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs is seeking expressions of interest for leasing approximately 4,536 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet of space, along with 30 parking spaces, for the Houston West Vet Center in Houston, Texas. The lease term is anticipated to be 20 years, with a firm commitment of 15 years, and the space must be located within a defined area in Houston, meeting specific requirements such as being on a single contiguous floor, not situated in flood plain zones, and adhering to safety and accessibility standards. This initiative underscores the VA's commitment to providing adequate facilities to support services for veterans, with a strong encouragement for participation from Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit detailed proposals by September 10, 2024, and can direct inquiries to Hunter Powell at hpowell@ppwashdc.com or Jeffrey Finley at jeffrey.finley@va.gov.
    X1DZ--Lease of Space 2160 NUSF, 2592 ABOA, 2916 RSF Cumberland County Vet Center Outstation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential sources for the lease of a space measuring 2,160 Net Usable Square Feet (NUSF) and 2,916 Rentable Square Feet (RSF) for the Cumberland County Vet Center Outstation in New Jersey. The leased facility must include at least 10 on-site parking spaces, including ADA compliant spaces, and be located within a delineated area that excludes certain types of businesses, ensuring a supportive environment for veterans. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; interested parties are encouraged to submit expressions of interest and relevant information to Contract Specialist Erin Carey at erin.carey@va.gov by the specified deadline. The anticipated lease term is up to 20 years, and all submissions must comply with the requirements outlined for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).