Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2025 SAM #8733
SOURCES SOUGHT

X -- Sources Sought- Kenosha CBOC Lease

Notice Date
10/22/2025 2:10:01 PM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526Q0047
 
Response Due
11/14/2025 1:00:00 PM
 
Archive Date
11/29/2025
 
Point of Contact
Melanie Raney-Johnson
 
E-Mail Address
melanie.raney-johnson@va.gov
(melanie.raney-johnson@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Kenosha, WI The U.S. Department of Veterans Affairs seeks Expressions of Interest for leased medical space for occupancy in the Kenosha area of Wisconsin. The Department of Veterans Affairs currently leases 8,000 ABOA* of clinical space at 8207 22nd Avenue, Kenosha, WI 53143, known as the Kenosha Community Based Outpatient Clinic (CBOC). The Kenosha CBOC Lease expires on July 18, 2026. The Veterans Affairs (VA) intends to continue occupancy in accordance with (IAW) the authority outlined in General Services Administration Acquisition Manual (GSAM) 570.402 Succeeding Leases. The VA shall consider alternative space only if economically advantageous; otherwise, the VA intends to pursue a sole source acquisition. The VA will take into consideration the cost of moving, alterations, and other factors when determining whether to relocate. The VA will require any alternative space being offered to meet the following criteria: 1. A lease for up to 10 years with a five year firm term; 2. Occupancy is required by July 2026; 3. Offered space can be on no more than one (1) floor; space must be contiguous 4. Shall be able to provide at least 9116 rentable square feet (RSF)/8,000 ABOA; 5. On-site parking for a minimum of 50 vehicles is required 6. Proposed property shall not be located within the 100-year flood plain. 7. Proposed property must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards. 8. A fully serviced lease is required. 9. Offered space must be zoned for VA�s intended use. 10. The proposed property must be within the delineated area as follows: North: Route 195 East: I-94 South: Route 173 West: Route 32 To be included in initial considerations, interested offerors shall address ALL the following when responding to this announcement: 1. Proposed Property address with a map showing property within the delineated area. 2. Name, phone number and email address of Property Owner. Note, if responding and you are not the property owner, i.e. broker, provide written statement from property owner (owner letterhead) authorizing you to represent the owner. 3. Documentation evidencing that proposed property is outside the 100-year flood plain. 4. Documentation delineating the cost advantages to the Government for relocating to proposed space. 5. Documentation delineating offerors� ability to meet all the Governments� requirements identified in this announcement. 6. Amount of space offered. 7. Cost. i.e. dollar per square foot. 8. Number of parking spaces. Note, the above figures are minimums, there is no maximum. 9. Date space is available. 10. Other pertinent information that will help the VA determine if relocation will be economically advantageous. Interested offerors (owners or their legal representatives, i.e. brokers) shall submit information concerning their properties outlined above to Melanie Raney-Johnson via email, melanie.raneyjohnson@va.gov no later than 4:00 PM CDT on November 14, 2025. Interested offerors shall include the following title in the subject line of the email, �Expressions of Interest Notice for Kenosha CBOC�. Please note, email size shall be limited to 5 MB, therefore multiple emails may be required. All questions or concerns can be addressed to the Lease Contracting Officer, Melanie Raney-Johnson via email, melanie.raney-johnson@va.gov. NOTE: In accordance with 41CFR �102-73.55, Federal agencies must acquire leases on the most favorable basis to the Federal Government, with due consideration to maintenance and operational efficiency, and at charges consistent with prevailing market rates for comparable facilities in the community. IMPORTANT REITERATIONS: Respondents are advised that the VA assumes no responsibility to award a lease based on the responses to this advertisement. VA will not pay commissions. Offerors are responsible for any costs associated with providing proposals to the Government. This advertisement is not a solicitation for offers, nor is it a request for proposals. VA is only gathering market research information at this point and will only consider proposals from owners, landlords, lessors, or their legal representatives when actual proposals/offers are sought via solicitation as a result of this market research. A Request for Lease Proposal (RLP) may be issued by the Department of Veterans Affairs at a later date. *ABOA is generally defined as ANSI/BOMA Office Area (ABOA) Standard for measuring space recognized by the Government and documented in the American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) international standard (Z65.1-1996) definition for Office Area also known as ABOA.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e1a656806cae4a78afeae199d92fb267/view)
 
Place of Performance
Address: Kenosha, WI, USA
Country: USA
 
Record
SN07625764-F 20251024/251022230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.