San Antonio North CBOC
ID: 36C24W25R0072Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO WEST (36C24W)MCCLELLAN, CA, 95652, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF HOSPITALS AND INFIRMARIES (X1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a new lease of clinical space for the San Antonio North Community Based Outpatient Clinic (CBOC) in Bexar County, Texas. The procurement involves a lease of approximately 19,691 rentable square feet (RSF) and 14,586 usable square feet (ABOA) for a term of ten years, with the first five years being firm and the option for an additional five years, alongside a 120-day termination right with written notice. This facility will provide essential primary, specialty, ancillary, and mental health care services to veterans in the region, emphasizing accessibility and compliance with various safety and environmental standards. Interested offerors must submit their proposals by May 1, 2025, and can direct inquiries to Wallace Taylor at wallace.taylor@va.gov for further information.

    Point(s) of Contact
    Wallace Taylor
    wallace.taylor@va.gov
    Files
    Title
    Posted
    This document is Amendment No. 1 to Request for Lease Proposal (RLP) No. 36C24W25R0072, issued by the Veterans Administration in San Antonio, Texas. The amendment addresses various aspects of the lease proposal concerning space requirements, lease terms, and occupancy timetable. Key updates include clarifications on the required square footage (max 15,315 ABOA SF, min 14,586 ABOA SF) and the corrected parking requirements, now set at 99 spaces, including accessibility provisions. The government clarifies that the lease term is fixed at ten years with no alternatives, and the anticipated occupancy date is approximately one year from the lease award. Additionally, the amendment emphasizes compliance with energy certifications such as ENERGY STAR and LEED. It resolves conflicts regarding offeror's qualifications, stating that previous financial requirements have been intentionally removed from the proposal. The amendment concludes with a request for acknowledgment from offerors who must sign and return the document, along with contact details for the Lease Contracting Officer. Overall, the changes focus on establishing clear expectations for potential contractors while enhancing sustainability and compliance in leasing practices.
    The document outlines the terms and conditions of a lease agreement between a lessor and the U.S. government, specifically through the General Services Administration (GSA). It details the responsibilities of both parties regarding the leased premises, including rent, maintenance, alterations, and various operational aspects such as utilities and security. Key provisions include the lease term, rent structure which incorporates tenant improvement costs, and the Lessor's obligations for repairs and maintenance. The government has rights to terminate the lease and maintain alterations, with conditions for renewal clearly stated. Additional details encompass the calculation of operational costs, handling of real estate taxes, and stipulations for adjustments in case of changes in occupancy. The document is structured into sections discussing lease definitions, operational standards, tenant improvements, and tax implications. Overall, this lease serves to ensure a clear relationship between the government and the lessor, aligning expectations and providing a framework for ongoing operational needs.
    The North San Antonio VA Clinic lease outlines requirements for space, design, construction, and maintenance for a new Community Based Outpatient Clinic (CBOC). The facility should provide a maximum usable area of 15,315 SF and include space for Primary/Specialty Care, Mental Health, and ancillary services, alongside essential amenities such as parking for 99 vehicles. Compliance with extensive VA standards, local codes, and safety regulations, including NFPA and IBC, is mandatory throughout the construction process. The document emphasizes accessibility, with specific focus on minimizing distances for patient navigation and ensuring wheelchair-friendly designs. It demands multi-functional clinical spaces, effective patient traffic flow, and privacy measures between consultation and waiting areas. The lessor is responsible for various aspects, such as landscaping, utility provision, maintenance, and pest control, to maintain a high-quality environment conducive to patient care. Additionally, environmental compliance is critical, alongside consideration for future expansions and adaptations to accommodate evolving healthcare needs. This comprehensive set of requirements reflects the VA's commitment to delivering efficient, accessible, and high-standard healthcare services to veterans in the North San Antonio area.
    The North San Antonio VA Clinic Initial Lease outlines requirements for leasing a facility to provide primary, specialty, and mental health care for veterans. Key specifications include a required maximum Gross Floor Area of 16,044 SF, with the design adhering to various national standards including VHA and NFPA codes. The facility must have accessible features, such as 73 parking spaces, of which five are reserved for handicapped parking, and ensure minimal walking distances for patients. It specifies organizational details for clinical spaces, necessitating flexibility and co-location of services to enhance workflow. The design must also meet stringent safety and acoustical privacy requirements. The lessee is responsible for several maintenance and operational functions, including utilities, pest control, and janitorial services. Utilities must include cable television, emergency systems, and compliance with local codes. The lease mandates environmental compliance with NEPA regulations and includes provisions for physical security. Overall, this document serves as a comprehensive guideline for the construction, leasing, and operational requirements of a VA outpatient clinic, reflecting the commitment to high-quality veteran care.
    The document outlines the Security Requirements for a Facility designated as Level II for government leasing. It specifies the responsibilities of the lessor in ensuring comprehensive security measures, including access controls for entrances, common areas, and critical spaces, along with visitor verification protocols. The document emphasizes the need for high-security systems, including Intrusion Detection (IDS) and Video Surveillance Systems (VSS), to protect against unauthorized access. Landscaping requirements are established to minimize concealment opportunities, and specific guidelines are provided for safety measures during construction. Additionally, cybersecurity protocols are mandatory, prohibiting connections between building systems and federal IT networks, while urging adherence to best practices for safeguarding against cyber threats. Overall, this document serves as a framework to secure government facilities and ensure a standardized level of protection across leased properties, reflecting the government's commitment to safety and security in public spaces.
    The GSA Template 3516 details the solicitation provisions for acquiring leasehold interests in real property. It outlines critical instructions for offerors, including definitions of terms such as "discussions," "proposal modifications," and "late proposals." The document stipulates submission requirements for proposals, including acknowledgment of amendments and the conditions under which late proposals may be considered. Additionally, the proposal evaluation process is emphasized, indicating that the government seeks the best value offer and may reject any or all proposals as deemed necessary. Key elements include stipulations on compliance evaluations for contracts exceeding $10 million, the requirement for specific signatures depending on the type of lessor, and guidelines for protesting awards. It also addresses the need for contractors to be registered in the System for Award Management (SAM) and to have a unique entity identifier, ensuring compliance with federal regulations. The document serves as a structured guide for entities interested in bidding on leases, aligning with federal acquisition standards and regulations, ultimately promoting transparency and legal compliance in government procurement processes.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property as per the GSA Template 3517B. It details various clauses categorized under general definitions, payment procedures, standards of conduct, adjustments, audits, disputes, labor standards, small business regulations, cybersecurity measures, and other essential provisions relevant to the leasing process. Key clauses include definitions, subletting rights, obligations upon default, maintenance expectations, payment schedules, and compliance with applicable laws. The lease agreements emphasize mutual obligations, rights to inspect, and protocols for alterations and acceptance of leased spaces. Additionally, it stresses the importance of following federal regulations and maintaining ethical conduct in business dealings. The overall document serves as a comprehensive guide for government agencies and lessors in managing leasing agreements to ensure compliance, accountability, and efficiency throughout the duration of the lease.
    This document is a Request for Lease Proposals (RLP) from the General Services Administration (GSA) for commercial space leasing. It outlines the essential elements of lease offers, including rent tables, building specifications, and financial components like shell rent, operating costs, and tenant improvement allowances. Key sections include details on square footage, parking requirements, building standards complying with fire safety and accessibility regulations, and considerations related to energy efficiency. The document requests information regarding the property, such as ownership details, historical significance, and any proposed deviations from standard requirements. Notably, it emphasizes various financial aspects, like potential free rent or space provisions, and the obligations of the offeror to comply with the terms outlined. The RLP aims to facilitate the government's leasing process by gathering comprehensive offers from potential lessors, ensuring both compliance and the best value for federal space needs. Overall, it serves as a structured guideline for commercial real estate transactions with federal entities, reinforcing the importance of adherence to established lease standards and the provision of relevant property information.
    The Lessor's Annual Cost Statement serves as a comprehensive tool for landlords providing lease proposals to the Government. It captures the estimated annual costs associated with services and utilities essential for maintaining the leased space. Key elements outlined in the statement include cleaning, heating, electrical, plumbing, air conditioning, and maintenance costs, among others. Landlords must calculate and report costs for the entire building as well as the specific area leased by the Government. Additional financial considerations include real estate taxes, insurance, and management costs, necessary for determining fair market value. Furthermore, the form requires an assessment of salaries for personnel involved in facility management, alongside utility expenses and repair costs. The document emphasizes the importance of accurate cost estimation to ensure that rental charges align with community standards. This structured reporting assists in transparent and fair lease negotiations, reinforcing compliance with federal standards during leasing processes. Overall, the Lessor’s Annual Cost Statement is vital for ensuring that both lessors and the Government have a clear understanding of financial obligations related to property leasing.
    The General Services Administration (GSA) outlines the Fire Protection and Life Safety Evaluation process for office buildings in this document, which is essential for compliance with federal regulations during the leasing of office space. The evaluation is divided into two parts: Part A pertains to spaces below the 6th floor and is completed by the Offeror or their representative, while Part B is for spaces on or above the 6th floor, requiring a licensed professional engineer. Key requirements include assessing compliance with local building and fire codes, evaluating fire protection systems such as automatic fire sprinklers and alarm systems, and identifying exit strategies. For Part B, a detailed narrative report must be provided, which includes potential fire hazards, construction types, occupancy classifications, and emergency systems. The engineer's findings must address any deficiencies, code violations, and proposed corrective actions to ensure safety and regulatory adherence. This document emphasizes the importance of thorough assessments to guarantee life safety in government office buildings and outlines necessary procedures and responsibilities for both Offerors and professional engineers, ensuring compliance with national fire safety standards. It serves as a crucial tool for evaluating the safety readiness of proposed leased spaces.
    The government document outlines the parameters for issuing federal and local Requests for Proposals (RFPs) and grants, intending to guide potential applicants in securing funding and support for various projects. Key areas of focus include eligibility criteria, funding allocations, project objectives, and compliance requirements. The structure of the document is centered on clear guidelines, illustrating the necessary steps for organizations seeking financial assistance, and emphasizing transparency and accountability in the allocation process. The document highlights the importance of rigorous evaluation metrics to assess proposals, ensuring alignment with governmental priorities and community needs. Furthermore, it underscores the significance of collaboration and partnerships among local governments, community organizations, and federally recognized entities to amplify the impact of funded initiatives. In essence, this document serves as a comprehensive resource designed to facilitate informed participation in federal and local grant programs, fostering community development and enhancement through strategic project implementation. By adhering to the outlined procedures and criteria, stakeholders can effectively contribute to achieving governmental goals of social improvement and economic development.
    This document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a form required by federal agencies to ensure compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must disclose whether they provide or use covered telecommunications equipment or services during their performance of government contracts. The form includes definitions of key terms and details the prohibitions against contracting with entities that utilize these covered services, which could pose national security risks. Offerors are instructed on how to report if they use such equipment and must provide specific details about the equipment or services if applicable. The document emphasizes the importance of conducting reasonable inquiries to determine compliance and the ongoing responsibility of agencies to review the excluded parties list in the System for Award Management. Overall, this representation aims to mitigate risks associated with certain technologies in government contracts and to uphold security standards within federal procurement processes.
    The document presents a cost summary template for Tenant Improvements, detailing construction and related expenses for government projects. It outlines a structured approach to estimating various costs associated with different construction divisions, ranging from general requirements to specific systems like plumbing, electrical, and fire suppression. Each division includes spaces for costs, which are to be compiled into subtotals for construction costs, contractor fees, and project management costs. The aim is to provide a comprehensive overview of financial requirements for government client projects under Request for Proposals (RFPs) or federal grants. The format encourages the inclusion of all subcontractor costs and distinguishes between shell and core work needed for tenant space preparation. The template serves as a critical tool for calculating total project costs while ensuring compliance with contractual obligations.
    The document outlines the ARCHITECT-ENGINEER QUALIFICATIONS Standard Form 330, used by federal agencies to gather information on the professional qualifications of architect-engineer (A-E) firms for contract selection, as mandated by federal laws. The selection process relies on demonstrated competence and professional qualifications, requiring the submission of specific information through two parts: Part I for contract-specific qualifications, and Part II for general qualifications of the firm or branch office. Part I demands details about the contract, key personnel, organizational structure, and relevant projects showcasing the team's capabilities, while Part II includes a firm profile, ownership status, employee distribution by discipline, experience categories, and annual revenue data. Agencies may require supplemental forms or specific instructions related to project bids, and firms are encouraged to keep information up-to-date to facilitate ongoing selection processes. Through this structured approach, federal agencies aim to ensure fair competition and effective contract negotiations with qualified firms while adhering to procurement regulations.
    The document outlines the qualifications and financial information required from contractors seeking federal contracts. It is aimed at assessing contractors’ financial stability and compliance with federal regulations. Key sections include general information about the organization, government financial aid and indebtedness, financial statements, and contractor experience with public projects. Contractors must provide details such as their type of organization, taxpayer ID, financial history, and ownership structure. Additionally, they are required to disclose any federal debt delinquencies and submit financial statements, including balance sheets and income statements. The document emphasizes the importance of financial accountability and transparency for organizations seeking federal contracts. This is essential in ensuring that contractors can fulfill their obligations and maintain the integrity of government-funded projects. The structured format allows for a systematic collection of necessary information to evaluate contractors' qualifications effectively.
    The Past Performance Questionnaire is a tool designed by the Department of Veterans Affairs for assessing the background of Offerors (Landlords/Lessors) seeking lease awards. This questionnaire focuses solely on the Offerors and not brokers, aiming to gather insights into their previous leasing performance. Offerors must complete an initial section and, if they have relevant past performance, request evaluations from three references—current or former tenants—who will answer questions about the Offeror's capabilities regarding pricing, schedule adherence, budget compliance, maintenance response, and overall performance. The evaluation will yield a PASS or FAIL rating based on the responses, with specific standards for small businesses, potentially leading to further support from the Small Business Administration. Responses are treated as confidential and procurement-sensitive. The document outlines clear guidelines for submission, evaluation criteria, and provides contact information for support, emphasizing the importance of past performance in federal leasing agreements. This solicitation reflects on government procurement's focus on reliability and accountability among potential lessors, ensuring that the entities awarded leases meet necessary standards for performance and service delivery.
    The document outlines the design program for the new North San Antonio Clinic located at Hardy Oak, scheduled for completion in 2024 and 2025. It falls under VISN 17, serving the San Antonio VA Medical Center. The clinic's facilities aim to support various functional areas, including outpatient services, mental health, physical therapy, cardiology, dermatology, neurology, pulmonary care, podiatry, and laboratory services. The blueprint details a total of 88 rooms, encompassing a net area of 9,643 square feet and a gross area of 14,465 square feet. Key features include dedicated examination and consultation rooms, utility spaces, waiting areas, and staff support areas. The project emphasizes a patient-centered care approach while maintaining compliance with relevant health service standards. The document serves as a critical component of government planning for healthcare infrastructure, showcasing a blueprint aimed at improving veteran healthcare access and quality within the framework of federal grants and RFPs. Overall, it reflects a commitment to enhanced outpatient services for better patient outcomes at the VA clinic in San Antonio.
    The General Services Administration (GSA) Request for Lease Proposals (RLP) No. 36C24W25R0072 is aimed at securing office space in San Antonio, TX, with offers due by May 1, 2025. The government seeks a minimum of 14,586 to a maximum of 16,044 ANSI/BOMA square feet in a modern quality building. Key requirements include adequate parking, a professional environment free from adult entertainment and gambling establishments, compliance with accessibility and safety regulations, and sustainability standards under the Energy Independence and Security Act. Additionally, the space must be located within a designated area of consideration and not within floodplain or hazards zones. The lease will be for ten years with government termination rights. Proposals will be evaluated based on compliance with the RLP criteria and preference will be given to historic properties. Offerors must provide financial assurances, zoning compliance, and environmental assessments, ensuring all requirements are met for consideration in the award process. This structured solicitation reflects the federal government’s rigorous process for securing leased space that aligns with its operational, environmental, and fiscal needs.
    The document is a lease amendment from the U.S. Department of Veterans Affairs, specifically pertaining to Request for Lease Proposals (RLP) for a property in San Antonio, TX. It signifies an extension for the receipt of proposals from May 1, 2025, to May 20, 2025. This amendment also states that any questions regarding the RLP must be submitted by April 15, 2025, with the government providing responses by April 29, 2025. Importantly, no further inquiries will be entertained post this response date. The amendment retains all other lease conditions while formalizing these new timelines and stipulations. The signing authority is recorded as Wallace Taylor from the Department of Veterans Affairs, with a digital signature dated April 18, 2025. This document illustrates the procedural adjustments and necessary notifications typically involved in government RFP processes.
    Lifecycle
    Title
    Type
    San Antonio North CBOC
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Veterans Affairs, Department Of
    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.
    X1DB--AUSTIN TX Succeeding Lease Ad/EOI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 233,894 ABOA square feet of laboratory and clinic space in Austin, TX, for a term of up to 20 years. This procurement aims to ensure the continuation of vital outpatient care at the existing Austin Outpatient Clinic, with specific requirements including 1,278 parking spaces, contiguous ground floor space, and compliance with zoning and flood plain regulations. The delineated area for submissions is strictly defined, and alternative spaces will be considered if they are economically advantageous. Interested parties must submit detailed property information and compliance evidence by December 16, 2025, at 5:00 PM EST, with specific certifications required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). For further inquiries, contact Jamie F Thompson, Supervisory Realty Specialist, at james.thompson23@va.gov.
    LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to acquire a lease for a Community Based Outpatient Clinic (CBOC) in Paso Robles, California, to support the VA Greater Los Angeles Healthcare System. The procurement requires approximately 6,960 rentable square feet of space to provide Primary Care, Mental Health, and other essential services for Veterans, with a firm lease term of 10 years. This initiative is crucial for enhancing healthcare access for Veterans and must comply with federal laws, building codes, and the Americans with Disabilities Act, while being conveniently located near public transportation. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), are encouraged to submit expressions of interest, including property details and proof of ownership, via email to Garry Alexander at Gary.Alexander@va.gov by 4:00 PM PDT on December 19, 2025.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Veterans Affairs, Department Of
    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.
    X1DB--Notice of Intent to Sole Source, Fort Worth TX Rental of Space
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 177,230 ABOA square feet of laboratory and clinic space in Fort Worth, Texas, as part of its initiative to establish a new outpatient facility. This procurement aims to secure a location that meets specific requirements, including being contiguous on the ground floor, not located in a 100-year floodplain, and zoned appropriately for VA use, with a lease term of up to 20 years. The selected space will play a crucial role in continuing to provide essential outpatient care, as the current lease expires on September 30, 2030. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), must submit detailed property information and compliance evidence by 5:00 PM EST on December 16, 2025, to the primary contact, Jamie F. Thompson, at james.thompson23@va.gov.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 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 various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    X1AA--Request for Lease Proposal for Solicitation of Office Space for a Veterans Center in Salisbury or Surrounding Area in MD 2534 ABOA SQ or 2112 NUSF
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in Salisbury, Maryland, with a requirement for 2,534 ABOA square feet or 2,112 net usable square feet. The procurement aims to secure a fully serviced facility that meets specific design and operational requirements, including security measures, accessibility, and compliance with federal regulations. This facility will play a crucial role in providing services to veterans, emphasizing the importance of a well-located and adequately equipped space. Interested parties must submit their proposals electronically by December 14, 2025, at 4:00 PM Eastern Time, and can contact Tammy Buckwalter, the Leasing Contract Specialist, at tammy.buckwalter@va.gov or 304-263-0811 for further information or to address any questions prior to the pre-solicitation meeting on October 17, 2025.
    X1DB--New Maryville CBOC
    Veterans Affairs, Department Of
    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.
    Succeeding Lease for Jacksonville CBOC
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs is seeking a succeeding lease for the Jacksonville 1 Community-Based Outpatient Clinic (CBOC) located in Jacksonville, North Carolina. The requirement includes a minimum of 15,000 Rentable Square Feet (RSF) to accommodate office space, waiting areas, corridors, restrooms, record functions, and staff support, all of which must comply with the Uniform Federal Accessibility Standards. This facility is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical support in a compliant and functional environment. Interested parties can contact Troy Dolby at troy.dolby@va.gov for further information, noting that the VA intends to negotiate a lease term of up to 20 years without issuing a solicitation or request for proposals.
    Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a lease of a community-based outpatient clinic in Laughlin, Nevada, under Request for Lease Proposal (RLP) No. 36C24W25R0107. The VA requires between 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm commitment, starting around August 1, 2027, and necessitates 38 secured and well-lit parking spaces along with a modern building that meets specific design and accessibility standards. This facility will play a crucial role in providing healthcare services to veterans, emphasizing patient-centered design and compliance with federal regulations, including seismic safety and fire protection. Proposals are due by 5:00 PM Pacific on December 19, 2025, and interested parties should contact Realty Specialist John (Jay) Bell at john.bell2@cushwake.com or LeAnne J Jett at LeAnne.Jett@va.gov for further information.