Q702--Cookeville IOTA
ID: 36C77625Q0175Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Initial Outfitting, Transition, and Activation (IOTA) services for the Cookeville Community Based Outpatient Clinic (CBOC). The procurement aims to ensure the clinic is fully operational by April 2028, requiring comprehensive project management, interior design, furniture and equipment planning, and logistical support to facilitate a smooth transition for staff and veterans. This initiative underscores the VA's commitment to enhancing healthcare access for veterans through strategic infrastructure development. Interested service-disabled veteran-owned small businesses (SDVOSBs) should contact Lejane Baker at lejane.baker@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov for further details, with a contract value estimated at approximately $20 million over the base year and potential option years.

    Point(s) of Contact
    Kathleen KlotzbachLejane Baker
    216-447-8300 x3622
    lejane.baker@va.gov
    Files
    Title
    Posted
    The document details a request for proposal (RFP) by the Department of Veterans Affairs for services related to the Initial Outfitting, Transition, and Activation (IOT&A) of the Cookeville Community-Based Outpatient Clinic. The acquisition is set aside for small businesses, particularly those owned by service-disabled veterans. The total award amount is projected at $20 million, with a primary focus on providing comprehensive project management support, interior design, space planning, and various logistical services. Key elements include a structured price/cost schedule for multiple service categories, a twelve-month period of performance beginning in August 2025, and clauses governing contract terms and conditions, payment processes, and subcontracting limitations. The contract emphasizes the requirement for contractors to adhere to ethical and regulatory standards, highlighting the importance of compliance in federal government acquisitions. Overall, this RFP aims to engage small businesses, particularly those participating in the Veterans First Contracting Program, to improve healthcare services for veterans through efficient planning and resource management in the Cookeville area.
    The Department of Veterans Affairs is issuing a Pre-Solicitation Notice for Initial Outfitting, Transition, and Activation (IOT&A) services at the Cookeville Community Based Outpatient Clinic. This endeavor aims to support the Veterans Health Administration's mission by facilitating the operational readiness of the clinic, which will provide critical healthcare services to veterans in the Cookeville, TN area. The clinic, spanning approximately 45,000 square feet, is part of a broader initiative to enhance access to healthcare for veterans across middle Tennessee and southern Kentucky, following Congressional approval. The contract, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is anticipated to be firm-fixed-price with a performance period of 33 months. Eligible firms must be verified by the Department of Veterans Affairs and comply with the small business size standards under NAICS code 541614. The solicitation is expected to be published on or after May 8, 2025, with responses due by June 6, 2025. Interested parties should direct inquiries via email to designated contacts, as no phone inquiries will be entertained. This notice does not serve as a request for proposals but outlines critical procurement information for prospective contractors.
    This document is an amendment to the solicitation for the Cookeville IOTA (Integrated Operations, Training, and Assessment) project issued by the Department of Veterans Affairs. Its primary purpose is to address inquiries from potential contractors regarding the activation project, outlining expectations and clarifications associated with construction, design schedules, equipment handling, and contractor responsibilities. Key points include the contractor's responsibility for developing a comprehensive Activation Integrated Master Schedule (AIMS) in coordination with existing construction timelines. Questions answered detail the expectations for submitting artwork plans, handling utilities in design models, and conducting equipment inspections. Specific guidance is provided regarding the acquisition process and risks management, emphasizing adherence to federal acquisition regulations. Further clarifications include that barcoding logistics will be managed collaboratively, and the contractors are informed that Central Facility Management (CFM) schedules will guide deadlines such as the anticipated first patient day in February 2028. The contractor will not need to manage staff relocations, as this responsibility remains with the government. Overall, the document serves as a crucial point of reference for contractors bidding on the project, providing clarity on administrative processes and project expectations to facilitate efficient collaboration.
    The Performance Work Statement (PWS) for the Department of Veterans Affairs (VA) outlines requirements for Initial Outfitting, Transition, and Activation (IOT&A) services for the Cookeville Community Based Outpatient Clinic (CBOC), aimed for completion before the start of clinical services in April 2028. The document specifies comprehensive project management, interior design, furniture and equipment planning, and logistical support to ensure the clinic's readiness. The project will utilize a Firm-Fixed-Price contracting structure, targeting Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Key personnel qualifications and roles, including an Activation Project Manager and interior designers, are delineated for effective implementation. Contractors are also responsible for creating detailed schedules, risk management strategies, and communication with VA stakeholders using a government-provided SharePoint site for documentation. The contract prohibits conflicts of interest in procurement processes and mandates adherence to federal regulations regarding security and privacy. Overall, the PWS emphasizes meticulous planning and execution to enhance healthcare access for Veterans, demonstrating the VA's commitment to improving health outcomes through strategic infrastructure development.
    The Travel Authorization Request document outlines the requirements and details for government personnel planning to undertake official travel. It includes sections for the requestor's name, organization, position title, travel dates, origin and destination of travel, purpose of the trip, and associated tasks or deliverables. The document also covers the trip's duration (excluding travel days) and a detailed estimate of costs, breaking them down into transportation, lodging, per diem, and other expenses, culminating in a total cost. An approving official's name and signature are required to validate the request, alongside any additional comments. Overall, this form is essential for ensuring official travel is appropriately authorized, budgeted, and aligned with government protocols, facilitating compliance with federal and local regulations governing travel expenditures.
    The provided document is a contract staff roster detailing personnel involved in various tasks for government contracts. It includes sections for employee names, labor categories, key personnel designations, whether they are prime or subcontractors, task assignments, required security levels, and clearance status. Each entry also specifies the dates for clearance requests, receipt, and PIV (Personal Identity Verification) issuance and return. The roster is essential for managing contract staff in compliance with federal standards, ensuring all personnel have the necessary security clearances for their assigned roles. This document supports transparency and accountability within government contracting processes, serving as a vital tool in tracking qualified contractors and compliance with security requirements.
    The document outlines specifications for a contractor's responsibilities regarding data management within a SharePoint system. The main focus is on entering and tracking risk-related information, which includes aspects like risk severity, title, status, category, impact, probability, mitigation measures, creation date, assignments, resolution dates, and comments. The contractor is required to fully engage with the SharePoint tool, ensuring proper data input directly into the system. This structured approach facilitates better management of risks associated with federal grants, RFPs, and state/local contracts, emphasizing the importance of timely resolution and documentation of issues. Overall, the document provides essential guidelines for maintaining accountability and transparency in risk management processes pertinent to government projects.
    The provided document outlines data management procedures for contractors involved in a government project, specifically emphasizing the use of a SharePoint tool for data entry. It details the process of documenting essential information, such as the impacted department, change justifications, issue status, priority level, scheduling impacts, anticipated costs, and approval details. The emphasis on SharePoint indicates a structured approach towards centralizing data handling to facilitate tracking and reporting. This alignment is essential for ensuring compliance with federal and state requirements for RFPs and grants. By mandating direct data entry into a standardized system, the process aims to enhance transparency, accountability, and efficiency in project management. The document serves as guidance for contractors to systematically report changes and maintain updates throughout the project lifecycle.
    The document outlines the project timeline and tasks related to a healthcare facility's construction, activation, and operational readiness, spanning from January 1, 2019, to September 10, 2021. Key elements include the establishment of an Integrated Project Team (IPT), development of plans such as Risk Management and Acquisition, scheduling major milestones like activation meetings and patient days, and procurement processes for furniture and artwork. Critical tasks involve the coordination of furnishing and décor acquisition, service contracts, as well as logistical preparations for moving departments and ensuring compliance with safety standards. The project culminates in the preparation for a ribbon-cutting event and the deactivation of old facilities. Overall, it illustrates a comprehensive approach to transitioning to new healthcare facilities while adhering to timelines and regulations necessary for government projects.
    The document outlines data entry requirements for contractors working with a government department, specifically emphasizing the use of SharePoint for direct data entry. It specifies the need for detailed information regarding functional areas, including room codes, quantities, and acquisition codes for various room types. Each content acquisition must have a minimum of one designated room, whether for new or reused items. The document stresses that the acquisition code should be calculated automatically, requiring no manual input. Repeated prompts for new item entries indicate that all acquisitions must be clearly categorized as new or reused. Overall, the document serves as a guide for contractors to ensure compliance with data submission protocols essential for federal and state RFP processes, facilitating effective project management and operational oversight.
    The document outlines a data entry protocol for a government project concerning the relocation of office furnishings and equipment. Contractors are required to utilize SharePoint for logging specific details related to the moving process. Key elements to be recorded include the initial and revised move dates, room functions, building names and room numbers, the items being moved (such as boxes, computers, printers, and other peripherals), and any special IT or other requirements. Furthermore, the checklist mandates the documentation of employee names associated with the move, key management (including building and office keys), and comments for additional instructions or notes. This structured approach ensures that all aspects of the move are accounted for, enhancing logistical efficiency and maintaining an organized record for compliance with governmental operational standards. Ultimately, the document serves as a guideline for the systematic management of office relocations within the government framework.
    The document outlines requirements related to staffing and resource allocation for a government contractor utilizing a SharePoint tool for data entry. It specifies the information necessary for each position, including department, program names, projected use dates, position descriptions, and staffing needs. Key elements include the number of full-time equivalent employees (FTEE), justifications for new hires, activation support details, and timelines for announcements and onboarding. Financial aspects are also covered, detailing planned full and pro-rated salaries and benefits, along with comments on salary appropriation requests and position approvals. Overall, this document serves as a framework for ensuring that necessary human resources and budget considerations are efficiently documented and managed through the SharePoint system, reflecting the government's structured approach in coordinating staffing for various projects and services.
    The VHA Healthcare Furniture IDIQ Procurement Checklist outlines the standardized submission process for acquiring healthcare furniture under the Veterans Health Administration. It requires electronic documentation submission and includes several steps and attachments for evaluation and approval. Key elements involve verifying funding status, compliance with VA directives, and justification for sole sourcing when applicable. The checklist mandates detailed technical specifications, market research findings, and an Independent Government Cost Estimate (IGCE) that should not be shared outside the VA Acquisition Team. Contractors must provide comprehensive services, including design, project management, and installation while adhering to regulations and maintaining safety protocols. Additionally, they bear responsibilities for protecting property during operations, ensuring job site cleanliness, and managing warranties. The document emphasizes a stringent approach towards quality control, requiring contractors to develop effective quality management programs to guarantee service compliance. Overall, the checklist serves as an essential guide for federal and state/local agencies in the procurement process, reflecting the VA's commitment to efficient and compliant acquisition solutions for healthcare facilities.
    The document serves as a comprehensive Customer Reference Guide for the procurement of equipment and supplies within the Federal Government, particularly for the Veterans Affairs (VA) Department. Its primary purpose is to standardize the submission process and outline the necessary procedures to ensure compliance with procurement regulations, including detailed checklists and responsible parties for each step. Key sections include the requirement for acquiring an Integrated Product Team (IPT) for significant acquisitions, considerations for medical device procurement under VA Directive 6550, and adherence to the Federal Information Technology Acquisition Reform Act (FITARA). Additionally, it emphasizes performing market research to identify potential vendors, particularly focusing on service-disabled veteran-owned and veteran-owned small businesses. The document outlines the importance of justifications for sole-source procurements, market research techniques, and the need for an Independent Government Cost Estimate (IGCE). It also provides guidance on the required documentation for funding, delineating responsibilities for both the requestor and the contracting officer. The structured approach aims to facilitate effective acquisition planning and maximize opportunities for small businesses, supporting the overall goal of ensuring transparency and fairness in the procurement process while enhancing the quality of services provided to veterans.
    The VA Handbook 6500.6, Appendix A, serves as a comprehensive checklist for ensuring information security during the initiation phase of acquisitions within the Department of Veterans Affairs (VA). It stipulates the need for appropriate security controls whenever contractors handle VA sensitive information. The document outlines a structured process requiring input from various members of the local Acquisition Team, including the Contracting Officer, Information Security Officer, and Privacy Officer, to evaluate whether the acquisition involves sensitive data and what security measures are needed. The checklist contains a series of questions to determine the necessity of security clauses based on the nature of the contract—whether it pertains to services, commodities, contractor-owned IT systems, or involves any form of system interconnection. Each affirmative response mandates collaboration to integrate security measures, such as risk designations and contractor performance expectations, and to ensure compliance with legal and regulatory requirements. Ultimately, this document aims to safeguard VA sensitive information by implementing strict guidelines for securing contractor interactions, reflecting the VA's commitment to information security amidst acquisitions and contractual agreements.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to monitor and assess the Contractor's performance for the Initial Outfitting, Transition, and Activation (IOT&A) Services Contract at the Cookeville VA Community Based Outpatient Clinic. The plan emphasizes performance management rather than strict compliance, focusing on the outcomes achieved by the Contractor regardless of processes used. Key activities include comprehensive project management, interior design, acquisition planning, and post-occupancy support. The Government will document acceptable performance using a Performance Based Assessment Form, while unacceptable performance will lead to formal communication and corrective action requirements. The roles and responsibilities of Government officials, including the Contracting Officer and Contracting Officer Representative, are clearly defined. Various surveillance methods, such as 100% inspections and random sampling, will be employed to evaluate compliance with established performance standards. The QASP aims to ensure the Contractor meets or exceeds these standards while providing flexibility for continuous improvement. Overall, the document serves to ensure accountability and quality in the contract execution, reflecting a commitment to the effective operation of the veteran healthcare services under VA oversight.
    The document outlines the Risk Designation Levels Matrix for various tasks associated with comprehensive project management and support services within federal and state/local contexts. Each task, including areas such as project management, interior design, acquisition planning, and staff training, is assigned a position sensitivity level classified as LOW. The matrix lists various labor categories relevant to these tasks, identifying roles such as Administrative Assistant, Project Manager, and Warehouse Supervisor, indicating that they fall into the LOW risk category (NACI). This risk assessment framework aims to ensure the appropriate handling and oversight of personnel involved in government contracts, aligning with federal requirements for employee background checks and security clearances. By categorizing tasks and associated labor roles based on their sensitivity, the document serves as a guide for federal and state entities when developing Requests for Proposals (RFPs) and grants, ensuring compliance with security protocols and personnel management strategies.
    The document outlines the procedures for contractor request and security services within the Department of Veterans Affairs (VHA). Specifically, it details the process for contractor personnel to acquire fingerprinting, background checks, and PIV badge adjudication necessary for compliance with federal security regulations. Key components of the process include the completion and submission of a Contractor Request Form, which must be signed by the Contracting Officer (CO) or the Contracting Officer Representative (COR). The document emphasizes maintaining communication between the involved parties and ensuring the confidentiality of personal identifiable information (PII). Additional instructions guide users on how to gather necessary documentation, categorize personnel by risk level, and adhere to specific submission formats. In cases of personnel changes, timely notifications are required. Overall, the file serves as a vital resource for ensuring that contractors meet security standards while facilitating their onboarding within VHA facilities.
    The document outlines a comprehensive inventory and specification of equipment and room requirements for a Radiology department, which includes numerous room types and associated furnishings and devices. It details allocations for various room codes (DR001, XDR01, TPG01, CSUC4, OFA07) highlighting the need for dressing rooms, utility rooms, and patient toilets, among others, with specific counts and designs outlined. Additionally, the file catalogs various items needed for the department's functioning, such as waste baskets, chairs, lockers, sinks, and specialized radiology equipment, alongside their quantities and pricing. The overarching purpose is to define the necessary resources for enhancing the Radiology department's operational capacity, facilitating a competitive procurement process through a full and open market, and ensuring compliance with applicable funding and installation timelines. The details provided will assist in securing appropriate funding and vendor selection, reinforcing the commitment to a well-equipped therapeutic environment. The inclusion of itemized costs and projected order dates indicates careful planning for timely implementation of the required upgrades and modifications for improved safety and efficiency in patient care.
    The document outlines labor rates, total prices, and requirements for various labor categories associated with federal government contracts. Specifically, it presents detailed pricing for Comprehensive Project Management Services, including positions such as Program Manager, Senior Designer, and Senior Transition Planner, along with optional tasks for acquisition and project staffing. Each position includes differing labor rates across four years, with specified hours allocated for Year 1 and subsequent option years. The document emphasizes the necessity for contractors to ensure accuracy in the proposed pricing and to separate travel costs from the total evaluated price. Additionally, it mandates that labor rates for all years be provided regardless of the task's scheduled completion period. While it contains specified labor categories and sample rates, it clarifies that these are examples, urging contractors to fill in actual rates and hours for their proposals. The document functions within the framework of government RFPs, ensuring submissions comply with stipulated pricing structures and labor resource requirements. Overall, it serves as a guide for contractors to accurately prepare proposals for federal contracts.
    The document details a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) regarding the provision of services for the Initial Outfitting, Transition, and Activation (IOT&A) of the Cookeville Community Based Outpatient Clinic. The solicitation was made to support various services including project management, interior design, acquisition planning, and transition services, with a target contract value approximating $20 million over a base year and possible option years. The proposal emphasizes the importance of compliance with Federal Acquisition Regulation (FAR) clauses and encourages participation from service-disabled veteran-owned small businesses. Additionally, it outlines administrative and invoice submission protocols, specifically requiring electronic submission to streamline payment processes. This RFP serves as part of the VA's ongoing commitment to enhance healthcare infrastructure while supporting veteran business initiatives, ensuring compliance with applicable laws and regulations.
    Lifecycle
    Title
    Type
    Q702--Cookeville IOTA
    Currently viewing
    Presolicitation
    Similar Opportunities
    Q702--Allentown Outpatient Clinic IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic in Pennsylvania. This project, which is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to replace existing clinics and enhance healthcare access for Veterans by providing a facility that will span approximately 51,355 net usable square feet and include 600 parking spaces, offering expanded Primary Care, Mental Health, and specialty services. The firm-fixed-price contract is expected to have a performance period of 37 months, with the solicitation anticipated to be posted around February 19, 2026, and a closing date of March 16, 2026. Eligible SDVOSBs must be verified by the VA and meet the size standards for NAICS code 541614, with inquiries directed to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Q201--NEW Savannah CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Savannah, Tennessee, under solicitation number 36C24925R0057. The contract aims to provide primary and mental health care services to veterans, with a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement that includes a one-year base period and nine option periods, totaling an estimated award amount of $25.5 million. The contractor is required to adhere to specific VA performance and quality standards, including staffing requirements for a Patient Aligned Care Team (PACT) and compliance with various reporting and operational guidelines. Interested parties must submit their proposals by January 7, 2026, and direct any inquiries to Contract Specialist Olivia Cloutier at olivia.cloutier@va.gov.
    Q702--El Paso Health Care Center IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Q201--NEW Dyersburg CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Dyersburg, Tennessee, under Solicitation Number 36C24925R0056. The contract, which is an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, includes a one-year base period with nine option periods, a guaranteed minimum of $500,000, and a ceiling of $47 million. The selected contractor will be responsible for providing primary and mental healthcare services, ensuring compliance with VA performance and quality standards, and maintaining a clinic facility within 10 miles of a hospital with emergency services. Interested parties must direct inquiries to Contract Specialist Laura Edelman at Laura.Edelman@va.gov, with a focus on submitting proposals that meet the detailed deliverables and reporting requirements outlined in the associated documents by the specified deadlines.
    Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
    Veterans Affairs, Department Of
    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.
    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.
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    VHA seeking 20,250 RSF for a Community Based Outreach Clinic in Twin Falls, ID
    Veterans Affairs, Department Of
    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.
    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.