X1DB--Mount Pleasant As-Built (VA-24-00080603) See Response Due Date
ID: 36C24724R0084Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified firms for a lease project related to the Mount Pleasant As-Built initiative, identified by solicitation number 36C24724R0084. The project requires approximately 5,858 Net Usable Square Feet for a Community Based Outpatient Clinic (CBOC) in Mount Pleasant, SC, with a preference for a 20-year lease that includes essential maintenance and utilities. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an anticipated cost between $100,000 and $10 million. Interested parties must submit expressions of interest by October 4, 2024, at 4:30 PM Eastern Time, and can contact Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or 813-447-0780 for further inquiries.

    Point(s) of Contact
    Michael Elisha JamesLeasing Contracting Officer
    (813) 447-0780
    michael.james6@va.gov
    Files
    Title
    Posted
    The Sources Sought Notice is issued by the Department of Veterans Affairs for a lease regarding the Mount Pleasant As-Built project, identified by the solicitation number 36C24724R0084. The contracting office, located at 2957 Clairmont Road NE, Suite 1200, Atlanta, GA 30329, seeks responses by July 19, 2024, at 4:30 p.m. Eastern Time. The project falls under the Product Service Code X1DB and NAICS Code 531120, indicating the relevant category for leasing services. Michael Elisha James serves as the Leasing Contracting Officer and can be contacted via email or phone. The place of performance for this project is Charleston, SC. The notice also provides details for potential respondents, including the website for the Department of Veterans Affairs and instructions for submission. This notice functions as part of the federal contracting process, inviting interested parties to demonstrate their capabilities in fulfilling the lease requirements.
    This document serves as a modification to an earlier notice regarding the Mount Pleasant As-Built project, denoted by solicitation number 36C24724R0084. The key update pertains to the adjustment of the response due date for contractors from September 13, 2024, to October 4, 2024, at 4:30 PM Eastern Time. The project is managed by the Department of Veterans Affairs, specifically the Veterans Health Administration, through Network Contracting Office 7, based in Atlanta, GA. The primary product/service is categorized under product service code X1DB and NAICS code 531120, indicating it relates to real estate activities. Interested parties can contact Leasing Contracting Officer Michael Elisha James via email or phone for further inquiries. This modification emphasizes the importance of adhering to revised timelines in the context of federal government procurement processes and ensures that potential contractors are updated with the latest information for compliance. As a federal project, it is not funded by recovery act funds and has a structured response process catering to contractors in the area of Mount Pleasant, SC.
    The federal government seeks to lease approximately XX ANSI/BOMA Occupant Area (ABOA) square feet of office space for XX years, with optional renewal terms. The premises are located at [Address]. The RFP outlines detailed requirements for the space, including specific square footage, appurtenant rights like parking spaces, and reserved areas for telecommunications equipment. Critical to the lease are provisions for tenant improvements, with a specified allowance for customization, and Building Specific Amortized Capital (BSAC) funds dedicated to security enhancements. The government will occupy the space upon substantial completion, with rent commencing afterward. The estimated annual rent is approximately $XXX,XXX, subject to adjustments based on factors like actual square footage and government-directed modifications. Lessors must adhere to stringent construction and design standards outlined in the RFP, encompassing various aspects such as building shell requirements, mechanical systems, and interior finishes. The government prioritizes energy efficiency, indoor air quality, and accessibility in the construction and operation of the premises. The RFP also mandates compliance with security protocols and provides for potential lease amendments to incorporate future alterations. Key dates include the lease execution deadline, substantial completion of the premises, and the lease term commencement. Vendors must submit their proposals by [Date], with the government aiming to award the lease by [Date]. The expected lease commencement is targeted for [Date], with a firm term of XX years, followed by potential renewal periods. Evaluation of proposals will consider past performance, with particular attention to the offeror's experience in similar leasing projects. Price, including rent and fees, will also be a critical evaluation factor. Additional considerations include construction timelines, quality of proposed materials, and compliance with green building standards.
    The government seeks to lease approximately 5,858 square feet of medical/office space in Mount Pleasant. This space will accommodate 17 FTE clinical and administrative personnel, with a required configuration that includes exam rooms, consultation rooms, workrooms, and toilets. The lease term is firmly set at five years, with a desired occupancy date in Q2 2025. The space must adhere to VA design guides and local regulations, emphasizing accessibility and safety. The lessor is responsible for providing a fully operational space, including utilities, and interior maintenance, while also adhering to strict cleaning and janitorial requirements. An annual consumer price index adjustment will be applied to operating costs. The lessor must also submit a detailed building operating plan and operations and maintenance plan for evaluation. Key dates include the desired occupancy date in Q2 2025 and the desired lease commencement in alignment with these timelines. The evaluation of proposals will prioritize the ability to deliver the required space, adhering to the multitude of specified standards, guidelines, and technical requirements outlined in the file.
    The procurement objective of this RFP revolves around enhancing the security features of a facility to align with Facility Security Level II requirements. The Lessor is tasked with implementing extensive modifications to meet stringent standards. This includes blast resistance measures, progressive collapse prevention, burglary resistance, and enhanced access control. Signage, lighting, and landscaping enhancements are also part of the brief, aimed at clearly identifying the facility as a federal site while minimizing areas of concealment. For critical areas like utility connections and sensitive zones such as patient records rooms, extra security precautions are specified, incorporating measures like forced entry resistance and intrusion detection systems. The Lessor must also ensure the integrity of ventilation and HVAC systems, implement vehicle access barriers, and integrate a robust Video Surveillance System (VSS). Turning to interior security, stringent access control measures are emphasized, particularly for non-public areas. Forceful entry resistance and electronic access control methods are emphasized, along with security systems like intrusion detection and duress alarms. Annual security system performance testing is a requirement, as is a written Facility Security Plan. To ensure the safety of federal tenants, the Lessor is expected to develop a comprehensive Construction Security Plan, with an emphasis on cybersecurity. The BACS and facility networks must be kept separate from federal IT systems. Lessors are urged to adopt robust cyber protection measures, including those aligned with DHS and NIST guidelines. The contract focuses on security modifications priced as part of the rental rate, with some elements priced as tenant improvements. Lessors are expected to submit detailed proposals, with security being a key evaluation criterion.
    The government seeks to acquire leasehold interests in real estate through a competitive bidding process. Offerors are required to submit proposals outlining their terms and conditions for the lease. The focus is on finding responsible parties whose proposals offer the best value, with evaluations based on factors like cost and technical merit. To ensure fairness, the process allows for late proposals under certain conditions, and offerors may withdraw their proposals before award. The government plans to conduct post-award debriefings, disclosing key information to participants. Additionally, the solicitation emphasizes the need for offerors to be registered in the System for Award Management (SAM) and provides guidance on obtaining a unique entity identifier. Offerors should pay close attention to the defined time frames and submission requirements to ensure their proposals are considered.
    The government seeks to lease commercial office space, outlining terms and conditions for the acquisition of leasehold interests in real property. The focus is on securing a tenant-friendly environment with provisions for flexibility and potential expansion. The RFP contains a comprehensive set of clauses governing the lease, emphasizing the rights and responsibilities of both the lessor and the government. Key among the procurement objectives is the requirement for the lessor to provide a space that complies with applicable laws and regulations, including those related to fire and casualty, health and safety, and environmental standards. The government aims to occupy the premises in increments, with the potential for early occupancy and incremental rent payments. It also reserves the right to make alterations and attach fixtures. Strict guidelines are outlined for lease payments, with interest penalties for delayed payments and mechanisms for overpayment recovery. The lessor is responsible for maintaining the property to a high standard, enabling the government's efficient occupancy and use. The government may perform inspections to ensure compliance. This procurement also emphasizes the importance of compliance with ethical standards, anti-kickback procedures, and drug-free workplace requirements. Additionally, the lessor must agree to incorporate various clauses related to equal opportunity employment, small business utilization, and safeguarding sensitive information. Critical dates include a 10-day period for the lessor to respond to the government's request for inspection to determine compliance with the solicitation's requirements. There's also a provision for a 30-day calendar for the lessor to submit information and arguments if the government considers reducing rental payments due to illegal or improper activity. The evaluation of proposals will likely focus on the lessor's ability to provide a suitable physical space and their compliance with the numerous requirements outlined in the RFP, including timely delivery, quality standards, and lease compliance.
    The document appears to contain information on technical requirements and instructions for handling and viewing the enclosed content. It also includes references and links to upgrade options for software such as Adobe Reader, presumably required to properly access and view the full document and its intended content. The focus seems to be on ensuring the viewer has the necessary software capabilities and providing an upgrade path, rather than explicitly detailing any procurement objectives. Based on this information, it's difficult to extract specific procurement details or objectives.
    The procurement objective of this government agency is to acquire leasing services for a new property. The focus is on determining the annual costs associated with various services and utilities included as part of the rental consideration. The agency seeks to occupy a portion of the building, and the request for lease proposals (RLP) outlines the required services. These include cleaning, maintenance, and repairs, as well as utilities like heating, electrical, and plumbing. The agency emphasizes the need for accurate cost estimates for both the entire building and the government-leased area. Section I of the RLP requires the lessor to provide detailed cost information for services and utilities, while Section II focuses on ownership costs excluding capital charges. The agency seeks to understand the costs associated with real estate taxes, insurance, and building maintenance. This information is crucial to assess the fair market value of the space and negotiate a fair lease rate. Lessors are requested to provide their best estimates, certified as accurate, for the costs in question. The agency emphasizes the importance of complying with community standards and aligning rent charges with prevailing market rates. LESSOR'S ANNUAL COST STATEMENT, along with the attached "Instructions," provides a comprehensive overview of the information required by the agency. Although not explicitly mentioned in the provided text, a deadline for lessor responses might be implied in the nature of the request, encouraging prompt action from potential vendors. Careful consideration of the evaluation criteria and attention to the specified instructions seem to be key to a successful proposal.
    The General Services Administration (GSA) seeks detailed information about potential office spaces in buildings, focusing on fire protection and life safety systems. This prelease evaluation form requires completion based on the building's floor plan, distinguishing between parts A and B for different floor levels. Part A, for buildings below the sixth floor, includes a series of yes/no questions about general building information, fire sprinkler systems, fire alarm systems, exit signs, elevators, and more. It aims to gather data on essential safety features. Part B, mandatory for buildings on or above the sixth floor, requires a professional engineer's detailed narrative report. This report must cover general information, occupancy classifications, building construction, vertical openings, means of egress, fire suppression systems, fire alarm systems, and elevators. GSA aims to ensure compliance with fire safety regulations and seeks thorough assessments to guarantee the safety of potential office spaces. Offerors must provide accurate information, with consequences for non-compliance, and the listing of key dates indicates a thorough evaluation process.
    The government seeks to enhance security measures at a facility, focusing on access control, screening, and identity verification. The RFP details unit prices for various security countermeasures, including employee access control systems, public restroom access modifications, and visitor access restrictions. It also encompasses the design and installation of security systems like video surveillance, intrusion detection, and duress alarms, with some components provided by the lessor and others by the government. Additionally, the RFP addresses requirements for locking mechanisms on ground-floor windows and secure air intake grilles. Some aspects, marked as "Shell" or "Tenant Improvements," are to be priced separately. The Lessor is responsible for providing unit prices, with negotiations prior to the security improvements' go-ahead. Key dates and contract details are missing. However, the primary focus is on securing the facility's entrances, common areas, and interior government spaces.
    The government agency seeks to procure a comprehensive range of construction and renovation services, categorized into several divisions, for a general use building. The objective is to obtain cost estimates for both Tenant Improvements (TI) and building Shell enhancements. Divisions 1 to 33 encompass diverse requirements, including general requirements, existing conditions, concrete work, masonry, metals, wood, thermal protection, openings, finishes, specialties, equipment, furnishings, special construction, conveying equipment, fire suppression, plumbing, HVAC, electrical systems, lighting, communications, electronic safety, electronic security, earthwork, exterior improvements, and utilities. Contractors are expected to provide detailed cost estimates for both TI and Shell work, covering materials and labor. The TI estimates focus on transforming base building spaces into finished, usable areas, while Shell estimates pertain to enhancing building infrastructure and common areas. Key dates and evaluation criteria are not explicitly mentioned within the provided files, and contract details are limited. However, the agency appears to follow a rigorous and detailed evaluation process, likely involving multiple stages and criteria weighted towards the technical merit and pricing of proposals.
    The Department of Veteran Affairs seeks to lease a ready-to-use clinic space in Mount Pleasant. The space required is approximately 5,000 RSF. The LCO leading the procurement processes past performance evaluations of potential lessors. This information is critical as the VA aims to assess the lessors's ability to meet expectations regarding budget adherence, change order handling, adherence to schedules, and responsiveness to maintenance, safety, and security issues. The lease administration and building maintenance are key aspects of the procurement, with the agency seeking an exceptional level of service. The deadline for submitting past performance questionnaires is crucial, with hand-written responses also being accepted. Lessors fulfilling the specified criteria have a chance to provide their input, which will be treated confidentially.
    The South Carolina government seeks to procure construction services for building projects in Charleston County. The focus is on paying prevailing wages as mandated by the Davis-Bacon Act and related executive orders. The file provides a wage determination for various construction roles, including ironworkers, plumbers, and laborers, with rates effective as of July 2023. These rates, ranging from $9.45 to $33.96 per hour, must be paid to workers on the contract, with potential annual adjustments. The government aims to ensure compliance with these wage requirements and provides an appeals process for challenges. This procurement's key dates and contract details are not explicitly mentioned, but the file offers a comprehensive overview of the state's commitment to enforcing prevailing wage laws in Charleston County.
    The file outlines the procedures for handling protests related to agency procurements. Protesters must follow specified procedures to ensure a concise and timely submission, including providing detailed grounds and relevant documents. The agency is encouraged to resolve protests informally and efficiently. Contracting officers play a crucial role in addressing protests before award and have the discretion to suspend performance pending protest resolution. The goal is to ensure fair and efficient protest procedures while minimizing disruptions to the procurement process.
    The government seeks a real estate lease for medical office space in Mount Pleasant, South Carolina. The modern facility should offer a prestigious professional environment with ample parking and transit accessibility. The lease, spanning around 7100 square feet, aims to accommodate a federal agency with a two-year firm term, followed by a three-year option term. The lessor is responsible for providing a fully serviced, turnkey solution, including tenant improvements, operating costs, and security upgrades. The requested space must comply with sustainability, fire safety, and security standards. Offerors are required to submit detailed pricing proposals, including rent rates, security unit prices, and evidence of financial capabilities. The submission deadline is September 13, 2024. The evaluation process will prioritize compliance with requirements and price, with award notification following successful due diligence.
    The U.S. Department of Veterans Affairs (VA) is seeking capable firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), for a lease project of approximately 5,858 Net Usable Square Feet for a Community Based Outpatient Clinic (CBOC) in Mount Pleasant, SC. The lease project falls under the NAICS Code 531120 and is anticipated to cost between $100,000 and $10 million. The VA invites responses for planning and may consider setting the acquisition aside for SDVOSB or VOSB firms per 38 USC Sec. 8127. The required space must meet specific accessibility standards, be contiguous on one floor, and comply with safety codes. A 20-year lease with a 10-year firm term is preferred, covering essential maintenance and utilities. Interested parties must submit expressions of interest by July 19, 2024, providing details on the building, rental costs, availability, and compliance with additional requirements such as parking and proximity to public transport. The notice serves as a preliminary inquiry and does not guarantee a lease agreement, only considering properties that meet the VA's standards and requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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. The lease term is set for an initial five years, with two optional 15-year extensions, and proposals must be submitted by September 4, 2024. Interested parties can contact Gary Baker at Gary.Baker3@va.gov or Michael Elisha James at michael.james6@va.gov for further details.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    NEW/REPLACING RICHMOND CBOC LEASE - GLOBAL RLP# 36C25624R0124
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the lease of approximately 42,882 rentable square feet of space in Richmond, Texas, to establish a Community-Based Outpatient Clinic (CBOC). The leased facility must meet specific requirements, including accessibility standards, security measures, and environmental compliance, with a focus on providing a modern healthcare environment for veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 30, 2024, at noon CST. Interested parties can contact Orita A. Jarvis at Orita.Jarvis@va.gmail.com or 281-795-7362 for further details.
    X1DB-- Columbia MO Research Facility Lease SDVOSB Set-Aside
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a research and development facility located in Columbia, Missouri, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to engage veteran-owned enterprises in providing essential space for research activities, aligning with federal objectives to promote small business participation in government contracts. Proposals must conform to the requirements outlined in the Request for Lease Proposals (RLP) and are due by October 30, 2024, at 4:00 PM EDT. Interested parties should register for a virtual pre-bid conference scheduled for September 5, 2024, by submitting their registration by September 4, 2024, to Thomas Leahy at toml@chartwellenterprises.com.
    Campbell County Community Based Outpatient Clinic (CBOC) is to be located in Lafollette, TN.
    Active
    Veterans Affairs, Department Of
    Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking a lease for a Campbell County Community Based Outpatient Clinic in LaFollette, TN. The space should be approximately 5,000 ANSI/BOMA office area (ABOA) square feet with a minimum of 25 on-site parking spaces. The space will be used as a Community Based Outpatient Clinic (CBOC) to provide Veteran outpatient care in the local area. The lease will be a full-service lease, with the lessor responsible for utilities, janitorial services, facility maintenance, and repair. The space must be in a Class A /4-5 CoStar rated building and comply with all current building, seismic, and accessibility code requirements. The government is interested in both existing buildings and land for new construction. Interested parties must submit expressions of interest by January 23, 2024, including building information, proof of ownership, parking availability, and business size. SDVOSB and VOSB firms are invited to provide additional information.
    X1DB--Huntsville Specialty Care Clinic Lease (VA-24-00025213) See Change of Due Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to lease a facility for the Huntsville Specialty Care Clinic, with the objective of expanding specialty healthcare services for veterans in Huntsville, Alabama. The procurement requires approximately 8,160 ABOA/9,180 RSF of space to accommodate outpatient services such as cardiology, dermatology, and orthopedics, with a firm lease term of seven years and five optional one-year extensions. This initiative is crucial for improving access to healthcare for veterans, and the lease is expected to commence by October 2024. Interested parties should submit their proposals by October 4, 2024, to Leasing Contracting Officer Michael Elisha James at michael.james6@va.gov or by phone at 813-447-0780.
    Y1DZ--VHA MINOR CONSTRUCTION Solicitation Project 544-329 Construct Eye Clinic Center Minor Construction Columbia, SC VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a new Eye Clinic Center at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This project involves the construction of a 15,000 gross square foot facility designed to meet the operational needs of the Optometry and Ophthalmology departments, including comprehensive services such as HVAC installation, utility coordination, and site work, while ensuring minimal disruption to hospital operations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget of approximately $18,293,999, with proposals due by September 23, 2024, at 11:00 AM EST. Interested contractors can reach out to Contract Specialist Shardae Webb at Shardae.Webb@va.gov or (216) 447-8300 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 facility is crucial for providing healthcare services to veterans, ensuring compliance with federal standards for safety, accessibility, and sustainability. Proposals are due by October 3, 2024, with inquiries accepted until September 13, 2024; interested parties should contact TaShia Marsh-Brown at Tashia.Marsh@va.gov for further details.
    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).
    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.