Search Contract Opportunities

FY26 New Lease: Multispecialty, Acupuncture and Chiropractic Clinic Brevard County   2

ID: 36C24825R0052 • Type: Solicitation

Description

Posted: May 22, 2025, 10:58 a.m. EDT
Response Clarifications to question submitted May 20, 2025 1.CLARIFICATION ONE: Section 3.06 T. of RLP 36C24825R0052 calls for LEED ID+C requirements. Would the Agency consider allowing for Green building certification to be met by using Green Globes at the one green globe level, as typically seen in section 3.48 of the Lease? Response: The agency will accept LEED or Green Globes documentation for completion of green buildings rating certification 2. CLARIFICATION TWO: Page one of RLP 36C24825R0052 states, Offers due by 5/26/2025 3:00 PM ET. May 26, 2025, is Memorial Day, a Federal Holiday. Can the Agency clarify that this due date is correct? Response: Solicitation due date is extended from May 26, 2025 3:00PM EST to June 16, 2025 3:00PM EST 3. CLARIFICATION THREE: Exhibit M Service Labor rates specifically refers to service rates for service contracts. The listed NAICS code for RLP 36C24825R0052 is exempt from service contracts. Typically, we would see a DOL wage specifically related to construction for this type of project. Can the Agency clarify if this is the correct document to be incorporated into this project? Response: Exhibit M Service labor rates is hereby replaced with EXHIBIT M Labor Standards Provisions and DOL Wage Determination 4. CLARIFICATION FOUR: Section 1.02 G. states, The lease term shall be 15 years, 5 Years Firm with Government rights, in whole or in parts, effective at any time after . Would the Agency consider a 10 Year Firm term? Response: Government will consider all terms option submitted from offers 5. CLARIFICATION FIVE: RLP Sections 3.07 Tenant Improvements Included in Offer & 3.08 Turnkey Pricing with Design Intent Drawings Prior to Award. Both sections refer to turnkey but 3.08 comes after DID. 3.07 implies turnkey prior to DIDs. Would the Agency clarify how they would like Tenant Improvements proposed? Response: A. Offerors must provide DIDs along with initial offer showing their proposed solution to the requirements contained in this RLP. It is the responsibility of the offeror and their respective design and construction team to develop, review, and complete DIDs and establish final pricing prior to submitting their offer. The Offeror shall base the TI portion of its overall pricing on the proposed DIDs IAW the specifications in this RLP and attachments. This TI price is a fixed price which the Offeror shall include in the lease proposal and will be paid with Lump Sum. There will be no financing or amortization of any kind. The Government reserves the right to make no-cost tradeoffs in the TIs after award. No costs associated with the Building shell shall be included in the TI pricing. 6. CLARIFICATION SIX: Exhibit A states do not attempt to complete this lease . In prior offerors with this contracting office, it was described to us that we have to fulfill these sections out, specifically pertaining to Section 4, within our offer. Would the Agency clarify how they would like lease adjustments in Section 4 communicated in our offer? Response: Offers shall follow instruction in RLP 36C24825R0052 exhibits and attachments INSTRUCTIONS TO OFFEROR: Do not attempt to complete this lease (GSA Lease Template L100, hereinafter Lease Template). Upon selection for award, VA will transcribe the successful Offeror's final offered rent and other price data included on Offeror s submitted GSA Lease Proposal Form 1364, (hereinafter Lease Proposal Form) into a Lease Template, and transmit the completed Lease Template, together with appropriate attachments, to the successful Offeror for execution.
Posted: April 22, 2025, 4:17 p.m. EDT
Background
The U.S. Government, specifically the Department of Veterans Affairs Network Contracting Office 08, is seeking to lease space for a Community Based Outpatient Clinic (CBOC) in Brevard County, Florida. The goal of this contract is to provide a multispecialty clinic that includes acupuncture and chiropractic services, ensuring that the facility meets the needs of veterans in the area.

Work Details
The leased space must be contiguous clinical space designed for personnel, furnishings, and equipment necessary for CBOC operations. It should be located in a professional and aesthetically pleasing building with sound construction. The space must include:

- Minimum 6,240 ABOA SF and maximum 7,560 ABOA SF.
- Full-service lease covering janitorial services, basic cable, guest high-speed internet Wi-Fi, security monitoring, and maintenance.
- Compliance with VA Design Guides and requirements for tenant improvements (TIs).

Specific room requirements include:

A. Waiting Area: Power-assisted front entrance door, drinking fountain with ADA compliance, automated sanitizer dispenser, cable TV connections for VA-furnished television, luxury vinyl tile flooring, and painting.

B. Restrooms: Power-assisted doors, automated soap and paper towel dispensers, baby changing stations.

C. Reception Area: Designed to facilitate efficient patient flow and staff co-location.

Period of Performance
The full term of the lease is fifteen (15) years with a firm term of five (5) years.

Place of Performance
Titusville/Rockledge, Brevard County, Florida.

Overview

Response Deadline
June 16, 2025, 3:00 p.m. EDT (original: May 26, 2025, 3:00 p.m. EDT) Past Due
Posted
April 22, 2025, 4:17 p.m. EDT (updated: May 22, 2025, 10:58 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$1,500,000 - $3,000,000 (AI estimate)
Signs of Shaping
50% of similar contracts within the Veterans Health Administration had a set-aside.
On 4/22/25 VISN 8: Sunshine Healthcare Network issued Solicitation 36C24825R0052 for FY26 New Lease: Multispecialty, Acupuncture and Chiropractic Clinic Brevard County due 6/16/25. The opportunity was issued full & open with NAICS 531120 and PSC X1DB.
Primary Contact
Title
Branch Chief
Name
Johnny Jones   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Javier Correa Ochoa Profile javier.correaochoa@va.gov None

Documents

Posted documents for Solicitation 36C24825R0052

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 36C24825R0052

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 36C24825R0052

Similar Active Opportunities

Open contract opportunities similar to Solicitation 36C24825R0052

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 248-NETWORK CONTRACT OFFICE 8 (36C248)
FPDS Organization Code
3600-00248
Source Organization Code
100167097
Last Updated
May 22, 2025
Last Updated By
Edward.Romero2@va.gov
Archive Date
July 16, 2025