Skip to main content

An official website of the United States government

You have 2 new alerts

Temecula Vet Center Relocation

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 06, 2024 01:33 pm PDT
  • Original Response Date: Jun 13, 2024 04:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Temecula , CA
    USA

Description

RFI # 36C24WQ0095 Amendment #3 (Date: 6/6/2024) to Requirement (Response Date Clarification): Response Date Due June 13, 2024 at 4:00pm (PST) to Juan Razo at juan.razo@va.gov or as expressed below.

Sources Sought Notice

Department of Veterans Affairs (VA) Seeks Vet Center Lease in Temecula, California

REQUIREMENT:

The VA seeks to lease a minimum 5,655 / maximum 5,937 net rentable square feet (RSF), for use by VA as a Readjustment Counseling Service Vet Center in Temecula, California.

For this requirement, VA will only consider expressions of interest for an existing space for lease

The building and parking area must be fully accessible, meeting all requirements of the Americans with Disabilities Act and the Uniform Federal Accessibility Standards. The building must comply with the Interagency Security Committee Security Design Criteria for New Federal Office Buildings and Major Modernization Projects as well as other security guidelines, which will be provided during the Solicitation for Offers process.

A lease for up to twenty (20) years firm will be considered.

RESPONSES SHOULD INCLUDE:

  1. Building name, address, and location of the available space within the building
  2. The proposed property must be within the delineated area as follows to meet mission requirement: 

North: Ivy Street/Los Alamos Road / South: Temecula Parkway / East: Margarita Road / West: Diaz Road

  1. Rentable square feet available, and expected fully serviced rental rate per rentable square foot
  2. ANSI/BOMA office area (ABOA) square feet to be offered, and expected rental rate per ABOA square foot, fully serviced. Indicated whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any
  3. Date of space availability
  4. Building ownership information
  5. Number of parking spaces available for VA use / minimum of 24 with minimum 2 ADA compliant
  6. Energy efficiency and renewable energy features existing within the building.
  7. List of building services provided
  8. If the building is LEED® certified
  9. Documentation evidencing that proposed property is outside the 100-year flood plain
  10. Vendor Business Type Classification (i.e. VOSB, Small Business, etc)

Rentable Square Feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code.

Buildings offered must meet all current Federal, State, and local codes and regulations, including, but not limited to   fire and life safety, accessibility, OSHA, and seismic protection. If the rent is to escalate, the VA requests rental escalations to be predetermined rather than unknown escalations such as the Consumer Price Index (CPI) formula or like. The VA shall pay rent in arrears.

Interested offerors (owners, brokers, or their legal representatives) should identify their type of business and submit their information no later than June 13, 2024, at 4:00 PM PST to:

Juan M. Razo

Contract Specialist

RPO-West Leasing

4811 Airport Plaza Drive, Suite 600

Long Beach, CA 90815

(562) 786-5261 (phone)

juan.razo@va.gov

Interested offerors shall include the following title in the subject line of the email, “RFI # 36C24WQ0095, Temecula Vet Center”.  Please note, email size shall be limited to 5 MB, therefore multiple emails maybe required. 

The Government is limited by law (41 C.F.R.  Ȃ§ 102-73.55) to pay no more than the appraised fair rental value for space.

RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE

BASED UPON RESPONSES TO THIS ADVERTISEMENT.

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation.  All information received in response to this RFI that is marked as proprietary will be handled accordingly.  In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.

Contact Information

Contracting Office Address

  • 3230 PEACEKEEPER WAY
  • MCCLELLAN , CA 95652
  • USA

Primary Point of Contact

Secondary Point of Contact





History