X1DB--RLP Laughlin New Replacing Lease
ID: 36C24W25R0107Type: Sources Sought
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 LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Notice for the replacement lease of a facility in Laughlin, California, under solicitation number 36C24W25R0107 by the Regional Procurement Office West. The response deadline is set for August 29, 2025, by 4:00 PM Pacific Time. The notice indicates that the lease is not funded by Recovery Act funds and is categorized under Product Service Code X1DB and NAICS Code 531120. The contracting office is located at McClellan Park, California, with a designated point of contact being the VA Broker, Jay Bell, and a contract specialist identified as LeAnne Jett. Potential bidders are directed to refer to additional attachments for further details pertaining to the lease requirements. The document outlines the foundational aspects necessary for contractors participating in this federal procurement opportunity, reinforcing the government's intent to acquire new leasehold services in compliance with its operational needs in the specified geographic area.
    This government lease agreement (Lease No. 36C24W26L0008) outlines terms between a Lessor and the United States of America, acting through the Department of Veterans Affairs (VA). It details premises, rent, lease term (X years, X years firm), and various clauses for adjustments, rights, and obligations. Key aspects include rent components (shell, operating costs, tenant improvements, BSAC, parking), termination and renewal rights, and broker commission details. The document also specifies construction standards, post-award activities, tenant improvement components, and services during the lease term, such as utilities and janitorial services. Definitions for contractual and real property terms are provided to ensure clarity. The lease emphasizes compliance with federal regulations and outlines procedures for alterations, ownership changes, and real estate tax adjustments.
    The Laughlin CBOC – ASR Package outlines the requirements for a new VA outpatient clinic lease in Laughlin, Nevada. This comprehensive document details space needs, including 3,707 Net Square Feet (NSF) across various patient care, administrative, and support areas, and specifies 38 parking spaces. It mandates compliance with VA design narratives, room data matrices, and numerous federal and local codes and standards, emphasizing patient-centered design and accessibility. Key sections cover architectural and interior design criteria, plumbing (including Legionella mitigation), electrical and lighting systems, administrative requirements like pest control and janitorial services, and extensive signage, telecommunications, and physical security specifications. The document highlights the importance of adherence to specific VA guidelines and industry standards for all aspects of the facility's design, construction, and ongoing maintenance.
    This government file outlines comprehensive Security Requirements (Level II) for federal facilities, detailing lessor obligations for physical and cybersecurity measures. Key areas include access control at entrances, securing critical areas like mechanical rooms with high-security locks, and controlling visitor access. The document mandates specific landscaping, parking, and waste receptacle placements to enhance security. It also requires the lessor to design, install, and maintain video surveillance, intrusion detection, and duress alarm systems, with strict testing and maintenance protocols. Structural security involves locking ground-floor windows and protecting emergency generators. Operational requirements include cooperating with a Facility Security Committee and developing a construction security plan. Cybersecurity protocols strictly prohibit connecting building systems to federal IT networks and encourage adherence to DHS ICS-CERT, NIST-CSF, and OWASP Top 10 guidelines for protecting Building and Access Control Systems (BACS) from cyber threats.
    The GSA Template 3516 outlines the solicitation provisions for acquiring leasehold interests in real property, focusing on instructions for offerors, proposal submission, and lease awards. Key definitions cover "discussions," "proposal modification," and "proposal revision." It details procedures for amendments, submission of proposals (including handling late submissions and withdrawals), and the treatment of proprietary data. The document specifies that lease awards will be based on best value, allowing the Government to reject proposals, waive minor irregularities, and conduct discussions. It also outlines requirements for offeror registration in the System for Award Management (SAM) and compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders, including disclosure of any non-compliant covered articles or sources. Provisions for serving protests and submitting facsimile proposals are also included, along with guidelines for parties executing the lease.
    This government file, GSA Template 3517B – REV (02/25), outlines the general clauses for the acquisition of leasehold interests in real property. It categorizes 56 clauses under headings such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key general clauses cover definitions, subletting, assignment, subordination, and the integrated agreement. Performance clauses address lessor default, inspection rights, delivery conditions, maintenance, fire damage, and compliance with laws. Payment terms detail prompt payment, electronic funds transfer, and adjustments for square footage. Standards of Conduct include business ethics, anti-kickback procedures, and drug-free workplace policies. Cybersecurity clauses focus on safeguarding information systems, personal identity verification, and prohibitions on specific hardware, software, and telecommunications equipment, including those from Kaspersky Lab and ByteDance. The document ensures compliance with federal regulations and addresses various aspects of government leasing, including obligations, rights, and remedies for both lessor and government.
    The document states that Adobe Reader 8 or higher is required to view the file and suggests that the user may not have the software installed or configured correctly. It provides a link to Adobe's website for instructions on how to install and configure Adobe Reader. This document is a technical notification or prerequisite for accessing a file, likely related to a government RFP, federal grant, or state/local RFP, where specific software is needed to open provided documentation.
    The General Services Administration's (GSA) Prelease Fire Protection and Life Safety Evaluation (GSA Form 12000, May 2015) is a two-part form for evaluating office buildings for lease. Part A, completed by the Offeror, applies to spaces below the 6th floor and includes general building information, fire sprinkler, fire alarm, exit, emergency lighting, and elevator system questions. Part B, for spaces on or above the 6th floor, requires a detailed narrative report from a licensed fire protection engineer, including a building evaluation, walk-through, and review of maintenance records. Both parts mandate compliance with adopted building and fire codes, with egress requirements based on NFPA 101. The form outlines fundamental code requirements, detailed reporting criteria for engineers, and statements for Offerors and engineers to attest to accuracy and commitment to correcting deficiencies.
    The document outlines seismic compliance requirements for federal government lease proposals, grants, and RFPs, focusing on pre-award and post-award submittals for buildings. It details six forms (A-F) that ensure seismic safety: Forms A and B certify existing buildings' compliance with RP 8 standards, with Form A for Benchmark Buildings and Form B for other existing structures requiring evaluation by an engineer. Form C is a pre-award commitment for retrofitting existing buildings or constructing new ones, specifying design standards and engineer responsibilities. Form D allows offerors to claim exemptions based on leased space size or building type in specific seismic areas. Forms E and F are post-award certifications for retrofitted and new buildings, respectively, requiring engineer certification of compliance with design and construction standards. The document also defines key terms such as
    The Past Performance Questionnaire (Attachment K) is a critical component for Offerors (Landlord/Lessors) competing for a lease with the Department of Veteran Affairs (VA) under RLP #36C24W25R0107. Its primary purpose is to gather past performance information directly related to the Offeror's capabilities as a lessor, not brokers. Offerors must complete Section 1. If they have no relevant past performance, they check a box and submit. Otherwise, they forward the form to current or former tenants, who complete Sections 2 and 3, evaluating the Offeror on aspects like handling change orders, staying on schedule and budget during build-out, and responsiveness to maintenance, safety, and security issues. The questionnaire includes a rating scale (Excellent to Unsatisfactory) and requires explanation for lower scores. Completed forms are returned to the Offeror for submission with their proposal, ensuring the VA receives confidential, procurement-sensitive data to assess the Offeror's past performance and suitability for the lease.
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C24W25R0107 for a lease in Laughlin, NV. The VA seeks 5,500 to 7,882 ABOA square feet of contiguous space for a 20-year term, with a 15-year firm term, commencing around August 1, 2027. Key requirements include 38 secured and lit parking spaces, a modern building of sound construction, and specific location amenities such as walkability and transit accessibility. Proposals are due by 5:00 PM Pacific on December 19, 2025, and must adhere to detailed instructions regarding pricing, financial commitments, zoning, ownership, and compliance with various federal acts like EISA, seismic safety, accessibility, fire protection, and asbestos regulations. The RLP outlines evaluation factors and the method of award, emphasizing compliance and best value to the Government.
    The U.S. Veterans Healthcare Administration (VHA) is seeking to lease a medical facility in Laughlin, Nevada, with a space requirement of 5,500 to 7,882 square feet. The ideal property must have a full-term lease of 20 years, with pricing options for 10, 15, and 20 years. Requirements include natural lighting in common areas and specific site configurations, avoiding interrupted spaces and irregular layouts. The property should feature professional aesthetics, be distant from certain establishments, and provide adequate parking with 38 total spaces, including four reserved. Proposals are expected by August 29, 2025, for a potential occupancy target of August 2027. Interested parties must submit detailed information about the property, including zoning, site plans, and rental rates. Specific emphasis is placed on submissions from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with a total project value estimated between $2 million and $5 million. This notice serves as a road map for potential providers, laying out expectations for site and facility compliance with federal safety and accessibility standards while discouraging responses from properties lacking the necessary features. The announcement is purely informational and does not guarantee a solicitation will be issued.
    Similar Opportunities
    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.
    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.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for leasing approximately 20,250 rentable square feet (RSF) for a Community Based Outreach Clinic in Twin Falls, Idaho. The Veterans Health Administration (VHA) requires a 20-year lease, with 10 years firm and 10 years soft, and anticipates occupancy by July 2027; the selected offeror will be responsible for design, construction, maintenance, and operation of the facility, with tenant improvements estimated between $5 million and $8 million. This initiative is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their capabilities statements and proof of ownership/status by December 19, 2025, at 1:00 p.m. PST, via email to Christina Wolf at christina.wolf@va.gov. The NAICS code for this opportunity is 531120, with a small business size standard of $41.5 million, and evaluations may prioritize Veteran-Owned Small Businesses.
    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.
    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.
    X1DB--Santa Maria Lease
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    Madisonville, KY VA clinic New/replacing Lease_Amendment 2
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for a medical clinic in Madisonville, Kentucky, under Request for Lease Proposals (RLP) No. 36C25525R0036. The project requires approximately 12,656 rentable square feet of space, including specific design and operational standards to support veteran-focused healthcare services, such as compliance with seismic safety, accessibility, and energy efficiency requirements. This procurement is crucial for establishing a community-based outpatient clinic that adheres to the Patient Aligned Care Team (PACT) model, enhancing care delivery for veterans. Proposals are now due by December 17, 2025, at 4:00 PM CST, and interested parties should contact Karen Maggart at karen.maggart@va.gov or 913-946-1134 for further details.
    Cleveland, WI VA CBOC New Replacing Lease
    Buyer not available
    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.
    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.