Cleveland, WI VA CBOC New Replacing Lease
ID: 36C25225R0056Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and federal regulations for accessibility, fire safety, and energy efficiency. Proposals are due by December 11, 2025, at 3:00 PM CST, and interested parties are encouraged to participate in a virtual pre-proposal conference on December 2, 2025. For further inquiries, contact Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.

    Files
    Title
    Posted
    The Department of Veterans Affairs has issued Amendment 0001 to Request for Lease Proposal (RLP) No. 36C25225R0056. This amendment, effective November 17, 2025, explicitly states that the RLP is "set aside for SDVOSB firms only." This modification restricts eligibility for the lease proposal to Service-Disabled Veteran-Owned Small Business firms, emphasizing the VA's commitment to supporting veteran-owned businesses. The amendment, signed by Julie Le Court, ensures that all other terms and conditions of the original RLP remain unchanged and in full force.
    This document is Amendment No. 0002 to Request for Lease Proposal (RLP) No. 36C25225R0056, issued by the Department of Veterans Affairs. The amendment, effective November 18, 2025, updates the RLP by providing revised GSA Forms: Exhibit D-GSA Form 3516 and Exhibit E-GSA FORM 3517B. All other terms and conditions of the original RLP remain unchanged and in full force and effect. The amendment was signed by Julie Le Court on behalf of the Offerer and by a Contracting Officer for the United States of America.
    This document is Amendment 0003 to Request for Lease Proposal (RLP) 36C25225R0056 from the Department of Veterans Affairs. Key changes include the intentional deletion of Section 3.05 Prospectus and a revision to Section 3.06 (D), now requiring offerors who own the property to submit a deed evidencing their interest and any encumbrances. Additionally, new language in Section 3.06 (Y) establishes this as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. Only eligible SDVOSBs listed in the SBA certification database at the time of offer will be considered, and the Offeror's Unique Entity ID must correspond to the Unique Entity ID in SAM.gov. The amendment was signed by Julie Le Court, Lease Contracting Officer, on 11-20-2025.
    The Department of Veterans Affairs (VA) is issuing Request for Lease Proposals (RLP) No. 36C252-25-R-0056 for lease space in Cleveland, WI. This RLP is exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The VA seeks 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured and lit parking spaces, for a 20-year term with a 10-year firm term, commencing around April 1, 2027. Key requirements include a modern building, first-floor contiguous space accommodating the PACT Design Model, and adherence to various federal standards for accessibility, fire safety, energy efficiency (ENERGY STAR® label), environmental considerations, and historic preservation. Proposals are due by December 11, 2025, at 3:00 PM CST, submitted via email. A virtual pre-proposal conference is scheduled for December 2, 2025, with questions due by November 25, 2025.
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C252-25-R-0056 for lease space in Cleveland, WI, with offers due by December 11, 2025. The VA is seeking 11,952 to 12,000 ABOA square feet of contiguous first-floor space in a modern building with 59 secured and lit parking spaces. The lease term is 20 years, with a 10-year firm term, and the occupancy date is on or about April 1, 2027. The RLP outlines detailed requirements for the building, site, accessibility, fire protection, life safety, energy efficiency (requiring an ENERGY STAR label or a plan for cost-effective improvements), and environmental considerations, including asbestos and floodplains. Offerors must submit comprehensive proposals, including financial commitments, proof of ownership or control, zoning compliance, and detailed architectural plans. A virtual pre-proposal conference is scheduled for December 2, 2025.
    This government lease agreement (Lease No. 36C252-25-L-0003) outlines terms between a Lessor and the U.S. Government, represented by the GSA and Department of Veterans Affairs, for a 20-year term with a 10-year firm period. Key provisions cover rent, operating costs, and adjustments for tenant improvements (TI) and Building Specific Amortized Capital (BSAC). The document details premises specifications, appurtenant rights (including parking and antenna access), and defines terms like "rentable square feet" and "ABOA." It specifies conditions for rent payment, termination rights after the firm term, and procedures for alterations and changes in ownership. The lease also incorporates various documents and outlines extensive construction standards, general terms, and ongoing obligations for utilities, services, and maintenance. Adjustments for real estate taxes, vacant premises, and operating costs are detailed, along with environmental and safety requirements. The overall purpose is to establish a comprehensive framework for leasing government space, ensuring compliance, financial clarity, and operational standards.
    This document outlines the design requirements for the Cleveland Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, a project by the Clement J. Zablocki VA Medical Center. The new 9,960 net usable square feet facility will offer Primary Care, Mental Health, Telehealth, and laboratory services, adhering to the VA's Primary Aligned Care Team (PACT) and Community Based Outpatient Clinic design guidance. The project demands comprehensive investigative and design services from an Architect/Engineer (A/E), including preliminary meetings, site surveys, detailed analysis, and preparation of drawings and specifications. The A/E is responsible for architectural, interior, site, mechanical, electrical, structural, and security designs, ensuring compliance with VA guidelines and all applicable codes. Key requirements include specific room layouts for various clinical and administrative functions, IT infrastructure for an upgraded Electronic Medical Record system, advanced physical security measures, comprehensive telephone/data cabling, sustainability considerations, and acoustic design for patient privacy. The project schedule details submission milestones for schematic, design development, and final construction documents.
    The "PROGRAM FOR DESIGN CLEVELAND CBOC NEW PRIMARY CARE" outlines the planned development of a new Community Based Outpatient Clinic (CBOC) in Cleveland, Wisconsin, projected for completion by 2026. This project, managed by the Clement J. Zablocki VA Medical Center, details the functional areas and space allocations for the facility. The design program includes outdoor and indoor public areas, a veteran welcome area, cafe, education/group care area, laboratory medicine, patient care, teamwork, logistics, management, staff wellness, and mobile technology areas. The facility will encompass a total net area of 9,960 square feet and a gross area of 18,974 square feet, providing comprehensive primary care services to veterans.
    The Cleveland CBOC (Community-Based Outpatient Clinic) is seeking a new lease for a facility totaling 9,960 NSF (Net Square Feet) and 11,952 ABOA (Architectural Building Outlines Area). The file details the functional space requirements across 15 areas, including patient care rooms, administrative offices, support areas, and specialized clinical spaces. Key features include 12 general patient care rooms, dedicated spaces for women and bariatric veterans, counseling rooms, and telehealth facilities. The clinic will also feature various veteran amenities such as welcome areas, seating, and specialized toilets. Support functions encompass laboratory services, medication alcoves, staff workstations, conference rooms, and essential storage for medical and sterile supplies. The comprehensive breakdown highlights the need for a facility designed to provide a wide range of outpatient services and support for veterans.
    The Department of Veterans Affairs (VA) PG-18-5 document outlines the comprehensive contents and equipment requirements for Community Based Outpatient Clinics (CBOCs). It details specific items for various areas within the clinic, including indoor public spaces, patient care rooms, veteran/guest seating, lactation rooms, universal and bariatric patient toilets, housekeeping closets, vending areas, shared group/multifunction rooms, and laboratory medicine areas such as blood draw stations and specimen processing rooms. The file specifies a wide range of equipment, from furniture and medical devices like wheelchairs, patient lifts, examination tables, sphygmomanometers, otoscopes, and ophthalmoscopes, to IT equipment like computers, printers, and video conferencing systems. It also covers essential facility items such as handwashing stations, waste disposal units, dispensers for soap and paper towels, ADA-accessible mirrors, grab bars, and storage cabinets. The document emphasizes compliance with accessibility standards and safety guidelines for handling sharps and infectious waste, providing detailed descriptions for each item to ensure proper functionality and patient care.
    This document outlines the security requirements for Facility Security Level II (FSL II) for Department of Veterans Affairs (VA) facilities, applicable to federal government RFPs. It details lessor obligations for both new construction and existing facilities, categorized as 'Shell' (part of rental rate/lessor's responsibility) or 'TI' (Tenant Improvements, priced separately). Key areas covered include site security (signage, landscaping, lighting, vehicle barriers, hazardous material storage), structural security (blast resistance for windows, façade, and progressive collapse, burglary resistance, protection of air intakes and emergency generators), facility entrance security (employee and visitor access control, perimeter doors, key control), and interior security (access to non-public and critical areas). The document also specifies criteria for security systems, including Video Surveillance Systems (VSS), Intrusion Detection Systems (IDS), duress alarms, and emergency power, emphasizing monitoring, recording, and maintenance. Finally, it addresses security operations (Facility Security Plan, construction security) and stringent cybersecurity requirements for Building and Access Control Systems (BACS), prohibiting their connection to federal IT networks and mandating adherence to cybersecurity best practices and incident reporting.
    This GSA template outlines solicitation provisions for acquiring real property leasehold interests, covering instructions for offerors, proposal submission, and lease award processes. Key aspects include definitions of terms like "discussions" and "proposal modification," detailed guidelines for submitting, modifying, and withdrawing proposals, and conditions under which late proposals may be considered. It also specifies requirements for restricting data disclosure, criteria for lease awards based on best value, and grounds for rejecting proposals, such as unbalanced pricing. Additionally, the document addresses pre-award equal opportunity compliance, proper execution of leases by various entity types, procedures for serving protests, and the allowance for facsimile proposals. Important regulations regarding floodplains and mandatory registration in the System for Award Management (SAM) for all offerors are also included, emphasizing the need for a unique entity identifier and timely registration for award consideration.
    The GSA Template 3516 outlines the solicitation provisions for acquiring leasehold interests in real property, covering instructions for offerors, proposal submissions, and lease awards. It defines key terms like "discussions," "proposal modification," and "proposal revision," and details procedures for amendments and the submission, modification, revision, and withdrawal of proposals. The document specifies conditions for considering late proposals and acceptable evidence for mailing or receipt dates. It also addresses restrictions on data disclosure, outlines the lease award process, and details requirements for parties to execute leases, including signature protocols for individuals, partnerships, corporations, and joint ventures. Furthermore, it incorporates provisions for serving protests, submitting facsimile proposals, and mandates registration in the System for Award Management (SAM) with unique entity identifiers. The template also includes the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, requiring offerors to represent and disclose compliance regarding prohibited covered articles or sources to ensure supply chain security.
    This GSA Template 3517B outlines the general clauses for acquiring leasehold interests in real property, covering a wide range of contractual obligations between the Lessor and the Government. The document is structured into several categories: General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other clauses. Key provisions include definitions, subletting and assignment rules, Lessor's default conditions and Government remedies, maintenance requirements, fire and casualty damage procedures, compliance with applicable laws, payment terms including prompt payment and electronic funds transfer, and ethical conduct. It also addresses various socio-economic programs like small business utilization and labor standards such as equal opportunity and drug-free workplace. Cybersecurity requirements, including safeguarding information systems and prohibitions on certain hardware/software, are also detailed. Many clauses incorporate by reference standard FAR and GSAR provisions, indicating a comprehensive framework for government real estate leases.
    This government file, GSA Template 3517B – REV (02/25), outlines the general clauses for the acquisition of leasehold interests in real property, serving as a comprehensive guide for federal government RFPs, federal grants, and state/local RFPs. It covers essential categories such as general provisions, performance requirements, payment terms, standards of conduct, adjustments, audits, disputes, labor standards, small business considerations, and cybersecurity. Key clauses address definitions, subletting, Lessor default, property maintenance, fire damage, compliance with law, payment procedures (including prompt payment and electronic funds transfer), business ethics, anti-kickback procedures, drug-free workplace, price adjustments, examination of records, and various protections for small businesses and veterans. Cybersecurity provisions prohibit certain hardware, software, telecommunications, and applications like Kaspersky Lab products and ByteDance, and outline safeguarding requirements for contractor information systems. The document ensures clarity, compliance, and protection of government interests in real estate leases.
    The document is not a government file but rather an error message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux and provides links for assistance. This message is a technical instruction for resolving a display issue, not a substantive government document such as an RFP or grant. Therefore, it does not contain any information relevant to federal government RFPs, federal grants, or state and local RFPs.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors responding to federal government Requests for Lease Proposals (RLPs). This form, with OMB Control Number 3090-0086, requires lessors to provide a detailed breakdown of estimated annual costs for services, utilities, and ownership for both the entire building and the government-leased area. Section I focuses on services and utilities furnished by the lessor as part of the rental consideration, including cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services like building engineering and security. Lessors must itemize costs for salaries, supplies, contract services, system maintenance, fuel, and utilities. Section II requires estimated annual costs of ownership, exclusive of capital charges, covering real estate taxes, insurance, building maintenance and reserves for replacement, lease commissions, and management expenses. The form includes instructions for calculating rentable area and emphasizes that rental charges must align with prevailing community rates. Lessors must certify the accuracy of their cost estimates, which are vital for the government's fair market value determination. The document also includes a Paperwork Reduction Act Statement, estimating a 2-hour burden for completion.
    The General Services Administration's (GSA) Prelease Fire Protection and Life Safety Evaluation (GSA Form 12000, May 2015) is a two-part form designed to assess fire safety compliance in office buildings proposed for government lease. Part A, completed by the Offeror for spaces below the 6th floor, includes general building information and yes/no questions on fire protection systems like sprinklers, alarms, exit signs, emergency lighting, and elevators. Part B, for spaces on or above the 6th floor, requires a detailed narrative report from a professional fire protection engineer, covering comprehensive evaluations of the entire building, including occupancy, construction, vertical openings, means of egress, fire suppression, fire alarm systems, and elevators. Both parts mandate adherence to the latest building and fire codes, specifically NFPA 101 Life Safety Code for egress. The document outlines fundamental code requirements, professional qualifications for engineers, and statements of compliance/correction from both the Offeror and the engineer, ensuring all deficiencies are identified and rectified before government acceptance.
    The "Security Unit Price List (Level II)" document outlines a standardized approach for pricing security countermeasures within federal government leases, particularly for RFPs. This form facilitates the Lessor in quoting unit prices for security measures identified in the lease's Security Requirements section, based on final Design Intent Drawings and Construction Documents. It categorizes security elements across facility entrances, interiors, building exteriors, security systems, and structural components. Items are designated as "Priced in Shell," "Priced in Tenant Improvements," or "Government Provided," indicating which costs are to be quoted on this form versus other documents like a TICS form. The document emphasizes that the Building Specific Amortized Capital (BSAC) amount is an estimate, with final costs determined post-design and subject to negotiation. It serves as a critical tool for ensuring transparency and standardization in the financial aspects of government facility security enhancements.
    The document outlines various government forms and data entry requirements, focusing on administrative procedures and compliance. It details categories like federal government RFPs, federal grants, and state/local RFPs, emphasizing the need for accurate data input across different sections. The file includes specific codes and formats for entries, suggesting a standardized system for processing government-related applications and proposals. It also highlights the importance of adhering to guidelines for financial data, technical specifications, and project management. The document appears to serve as a comprehensive guide for individuals or organizations navigating government procurement and funding processes, ensuring all necessary information is correctly submitted.
    This government file details various technical specifications and requirements, likely for an RFP or grant application. It includes sections on general requirements, specific technical standards, and compliance information. The document appears to outline the criteria for a system or service, emphasizing operational parameters, data handling, and security. It references numerous standards and codes, indicating a need for strict adherence to established protocols. Key areas covered include system functionality, data integration, reporting, and maintenance. The fragmented nature of the text suggests it is a compilation of technical mandates for a complex project, requiring a comprehensive understanding of both technical and regulatory frameworks for successful implementation.
    The U.S. Department of Veterans Affairs (VA) is hosting a virtual Pre-Proposal Conference for Request for Lease Proposal (RLP) No. 36C25225R0056. This conference aims to clarify technical procurement requirements for an 11,952 ANSI/BOMA SF Community Based Outpatient Clinic with 59 parking spaces in Cleveland, Wisconsin. Interested bidders must pre-register by 4:00 PM CST on November 25, 2025, by emailing a completed registration table to julie.lecourt@va.gov and Joshua.jackson4@va.gov. Questions for the conference must also be submitted electronically by the same deadline. The virtual conference will take place at 10:00 AM CST on December 2, 2025, via Microsoft Teams, with access details provided upon registration. The RLP is posted on www.SAM.gov.
    The Department of Veterans Affairs (VA) is soliciting responses for RLP 36C252-25-R-0056 EXHIBIT N, a Request for Past Performance and Questionnaire. This document is crucial for evaluating firms competing for a VA requirement, as past performance will significantly influence the award decision. The questionnaire gathers detailed feedback on a contractor's performance across several key areas: Contractor Rating, Quality of Work, Response Timing, Cost Control, Business Management, and an Overall Rating. Evaluators are asked to provide candid responses, which will remain confidential regarding their identity. The completed evaluations must be submitted via email to Julie.lecourt@va.gov and Joshua.jackson4@va.gov by the close of business on December 11, 2025. This process ensures a thorough and fair assessment of potential contractors, aligning with Federal Acquisition Regulations (FAR).
    The document, titled "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," outlines federal prohibitions under the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Section 889) concerning the procurement and use of covered telecommunications and video surveillance equipment or services. As of August 13, 2019, executive agencies are prohibited from procuring or extending contracts for systems using such equipment as a substantial component or critical technology. A further prohibition, effective August 13, 2020, extends to contracting with entities that use such equipment, regardless of federal contract performance. The document requires offerors to represent whether they will provide or use covered telecommunications equipment or services and to provide detailed disclosure information if they respond affirmatively. Offerors must also check the System for Award Management (SAM) for excluded parties. This form is crucial for federal government RFPs, grants, and state/local RFPs to ensure compliance with federal supply chain security regulations.
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C252-25-R-0056 for lease space in Cleveland, WI, specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The VA is seeking 11,952 to 12,000 square feet of contiguous space with 59 reserved parking spaces, including handicap-accessible options. The lease term is 20 years with a 10-year firm term, commencing around April 1, 2027. Key requirements include a modern building, first-floor contiguous space accommodating the PACT Design Model, and well-lit, secure parking. Proposals are due by December 11, 2025, at 3:00 PM CST via email. A virtual pre-proposal conference is scheduled for December 2, 2025, with questions due by November 25, 2025. Offers must comply with operating lease limitations and pricing terms, including GSA Forms 1217 and 1364. Eligibility requires adherence to accessibility, fire protection, life safety, and energy efficiency (ENERGY STAR® label or equivalent) standards. Environmental due diligence, including Phase I ESAs, and compliance with NEPA and NHPA are mandatory. Offerors must also provide financial commitments, zoning evidence, and proof of ownership or control.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    X1DB--Toledo Vet Center (New/Replacing)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for leasing approximately 5,000 ANSI/BOMA square feet of space for a new or replacing Vet Center in Toledo, Ohio. The procurement requires the selected property to include 30 parking spaces, with 8 being ADA compliant, and must be located within a specified delineated area, accessible to public transportation and amenities, with a lease term not exceeding 20 years. This initiative is crucial for providing necessary services to veterans, and the estimated construction/build-out cost ranges between $5,000,000 and $10,000,000. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB), must submit their expressions of interest by October 29, 2025, and can contact Lease Contract Specialist Lisa Newlin at Lisa.Newlin@va.gov or 317-697-9786 for further details.
    Yukon, OK CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a medical clinic space in Yukon, Oklahoma, specifically under Request for Lease Proposals (RLP) No. 36C24W25R0116. The requirement is for 22,155 to 26,586 ABOA square feet of contiguous space, with a 20-year lease term (10 years firm) and the provision of 150 reserved parking spaces. This facility will expand existing services and introduce new healthcare offerings for veterans, adhering to strict VA and federal building codes, including security and environmental standards. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025; interested parties should contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    X1DB--New Maryville CBOC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a fully serviced, turnkey lease of a minimum of 7,500 to 7,874 ABOA square feet of contiguous space for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The selected Lessor will be responsible for all costs associated with the lease, including shell upgrades, operating costs, real estate taxes, and security enhancements, as well as designing and constructing Tenant Improvements. This facility is crucial for providing healthcare services to veterans, and the lease term will be for up to 10 years, with a firm period of 5 years. Proposals are due by December 19, 2025, at 3:00 PM Central Time, and interested parties should direct any questions to Contract Specialist Scheronica Cochran at scheronica.cochran@va.gov by December 2, 2025.
    X1DB--FY26 New Replacement/Relocation: Homestead CBOC Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 17,400 square feet of contiguous medical office space for a Community Based Outpatient Clinic (CBOC) in Homestead, Florida. The facility must be on a single floor with first-floor access, include on-site parking for at least 150 vehicles, and comply with various building codes and standards, including ADA requirements and security measures. This procurement is crucial for providing healthcare services to veterans, ensuring that the facility meets modern operational and safety standards. Interested offerors must submit their proposals by December 8, 2025, at 3:00 PM ET, and can contact Lease Contracting Officer Javier Correa at javier.correaochoa@va.gov or 786-299-2659 for further information.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.
    Request for Lease Proposal for office space in or around Clinton, MD for a Veterans Center 3333 NUSF / 4166 ABOA
    Buyer not available
    The Department of Veterans Affairs is soliciting lease proposals for office space to establish a Veterans Center in or around Clinton, Maryland, requiring a total of 3,333 Net Usable Square Feet (NUSF) or 4,166 ABOA. The selected lessor will be responsible for providing a fully serviced clinical space that meets specific design and operational requirements, including utilities, security systems, and compliance with GSA and VA standards. This procurement is crucial for enhancing support services for veterans, ensuring accessibility, safety, and a conducive environment for their needs. Proposals are due by December 12, 2025, with a pre-solicitation meeting scheduled for October 17, 2025. Interested parties can contact Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811 for further information.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Buyer not available
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a new Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID, requiring approximately 21,000 to 21,837 ANSI/BOMA Square Feet (ABOA SF) of space, not to exceed 24,567 Rentable Square Feet (RSF), along with 100 parking spaces. The DVA aims to identify potential sources for a lease contract that includes tenant improvement build-out or new construction, as well as all maintenance and operation requirements for a 20-year lease term (15 years firm, 5 years non-firm). This initiative is crucial for enhancing healthcare access for veterans in the region, with anticipated tenant improvement costs ranging from $5 million to $10 million and an estimated lease award date of November 30, 2026. Interested parties must submit their property information and compliance evidence by December 22, 2025, and can contact James Cassidy at James@dhcres.com or Jay Bell at John.bell2@cushwake.com for further inquiries.