X1AA- Lease for Amarillo, TX Vet Center
ID: 36C24W25R0053Type: 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 OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking to lease space for a new Vet Center in Amarillo, Texas, with a minimum requirement of 5,189 to a maximum of 5,449 rentable square feet. The leased space must be in a quality building that complies with federal regulations, including accessibility standards, and must be located within a specified area in Amarillo, with a lease term of 20 years, including a 5-year firm period. This procurement is particularly significant as it aims to support the VA's mission to provide essential services to veterans, and it is set aside for small businesses, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). Interested offerors must submit their proposals by August 4, 2025, at 4:00 PM CST, and can contact Garry Alexander or Dominic Mabine for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued Request for Lease Proposals (RLP) No. 36C24W25R0053 for lease space in Amarillo, TX. Proposals are due by August 4, 2025, at 4:00 PM CST. The VA seeks a minimum of 3,844 ABOA and 5,189 RSF of contiguous space within a specified area, requiring 20 surface/outside parking spaces. The lease term is 20 years, with a 10-year firm term, and the occupancy date is around September 30, 2025. The RLP details requirements for building quality, security, accessibility, fire protection, and energy efficiency, including the need for an ENERGY STAR® label or a plan for energy-efficient renovations. Offerors must submit comprehensive proposals, including GSA Forms 1217 and 1364, financial commitments, proof of ownership, and various plans and certifications. The selection process will involve negotiations, with the final award based on price and other evaluation factors, ensuring compliance with federal regulations and environmental acts like NEPA and NHPA.
    This government file addresses a series of questions and clarifications regarding RLP 36C24W25R0053 for the Amarillo, TX Vet Center. Key issues include the project's classification status as a Total Small Business Set-Aside, with the VA clarifying that no two or more capable SDVOSBs or VOSBs responded to the Sources Sought notice. Questions arose regarding the lease term commencement and occupancy dates, specifically whether the agency intends to consider only "move-in-ready" existing space, to which the VA advised referring to the RLP and stated all offers would be considered. Additionally, the file highlights discrepancies in Green Globes requirements and ANSI/BOMA standards, with the VA consistently directing offerors to refer to the RLP for clarification. The document underscores the importance of adhering to the RLP's specifications for this federal RFP.
    The VA Request for Lease Proposals (RLP) No. 36C24W25R0053 seeks offers for a lease in Amarillo, TX, with submissions due by August 4, 2025. The Government aims to select an offeror based on proposals that meet specified requirements. The minimum space requirement is 3,844 ABOA square feet, with a preferred modern building that includes at least 20 surface parking spaces. The lease term will be 20 years with a 10-year firm period, allowing government termination rights after the firm term. Proposals must adhere to various guidelines, including environmental considerations, accessibility, fire safety, and compliance with the Energy Independence and Security Act. Additionally, the Offeror must submit detailed pricing and project plans, demonstrating the ability to meet lease obligations, including Tenant Improvements (TI) and specific security requirements. The process emphasizes that only compliant offers will be eligible for award, ensuring the selected property supports Government operations effectively. Overall, the document outlines the parameters for leasing space, ensuring adherence to federal standards and facilitating operational needs.
    This government file outlines a comprehensive lease agreement (GSA Lease Template L100) between a Lessor and the United States Government, acting through the General Services Administration (GSA). The lease details terms and conditions for leasing office and related space, including rent structure, operating costs, tenant improvement allowances (TIA), and Building Specific Amortized Capital (BSAC). Key sections cover lease commencement, termination and renewal rights, rent adjustments, and the roles of authorized representatives. It also specifies requirements for construction standards, shell components, design, and post-award activities, ensuring compliance with various building and safety codes. Additionally, the document addresses ongoing utilities, services, and obligations during the lease term, such as janitorial services, maintenance, and environmental considerations. The agreement emphasizes transparency in financial adjustments, adherence to federal regulations, and clear definitions of terms related to real property and contract management.
    This government file outlines security requirements for federal facilities, focusing on crime prevention through environmental design. It details measures for critical, sensitive, and restricted areas, including controlled access, lighting, and blast resistance. The document mandates specific standards for vehicle barriers, building construction materials, and utility protection. It also addresses emergency procedures, air intake security, and general access control for personnel and visitors. The overarching goal is to protect government facilities from various threats by integrating security features into the design and operation, ensuring the safety of occupants and assets while maintaining essential functions.
    The GSA Template 3516 outlines provisions for acquiring leasehold interests in real property, focusing on proposal submission, modification, and withdrawal. It defines key terms like “discussions” and “proposal modification” and details procedures for handling late proposals, emphasizing strict adherence to deadlines and proper documentation for evidence of mailing or receipt. The document also specifies requirements for restricting disclosure and use of proprietary data submitted in proposals, necessitating clear markings on title pages and individual sheets. Furthermore, it details the criteria for lease awards, including the government’s right to reject proposals, waive minor irregularities, and conduct discussions to determine the best value. It also outlines the necessary signatory requirements for various types of lessors (individuals, partnerships, corporations, joint ventures, or agents) and establishes guidelines for protesting awards and submitting facsimile proposals. Crucially, the solicitation mandates that offerors must be registered in the System for Award Management (SAM) at the time of award and maintain this registration throughout the contract performance, including compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders related to covered articles or prohibited sources.
    The GSA Template 3517B, revised February 2025, outlines the general clauses for acquiring leasehold interests in real property for the U.S. Government. This document categorizes 56 clauses under headings such as General, Performance, Payment, Standards of Conduct, Adjustments, Audits, Disputes, Labor Standards, Small Business, Cybersecurity, and Other. Key clauses cover definitions, subletting, assignment, subordination, non-disturbance, attornment, statement of lease, tenant agency substitution, no waiver, integrated agreement, mutuality of obligation, and default by Lessor. It also details provisions for inspection, delivery, condition, progressive occupancy, property maintenance, fire and casualty damage, compliance with law, alterations, acceptance of space, certificate of occupancy, prompt payment, assignment of claims, electronic funds transfer, business ethics, contingent fees, anti-kickback procedures, drug-free workplace, hotline posters, price adjustment for illegal activity, price reduction for defective data, proposals for adjustment, changes, examination of records, audits, disputes, labor standards (veterans, disabilities), small business utilization (subcontracting, HUBZone), and cybersecurity (safeguarding information systems, prohibited hardware/software/services, supply chain security). Many clauses incorporate by reference relevant FAR and GSAR sections, often with deviations, and specify applicability thresholds for contract value or performance duration.
    The provided government file, likely an RFP or grant-related document, is a placeholder message indicating that the proper contents could not be displayed. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. Its main purpose is to guide users experiencing display issues with the document, rather than conveying substantive government information.
    The "Lessor's Annual Cost Statement" outlines the estimated annual costs related to services, utilities, and ownership associated with leased government properties, ensuring compliance with the Paperwork Reduction Act. The document includes detailed sections for cost estimates of various services, utilities, and ownership costs, along with specific instructions for filling out the statement and the associated certification process. It is designed to assist in determining fair market value and encourages feedback on the time required for completion.
    The document outlines the minimum wage rates and classifications for construction projects in Dallas County, Texas, effective January 3, 2025, as governed by the Davis-Bacon Act and Executive Orders 14026 and 13658. It details the prevailing wage rates for various construction roles and includes information regarding paid sick leave provisions under Executive Order 13706. Contractors must comply with wage determinations and may need to submit conformance requests for unlisted classifications.
    The "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" (Form 52.204-24, NOV 2021) is a critical federal government document for Offerors in RFPs, grants, and state/local RFPs. It outlines prohibitions from the John S. McCain National Defense Authorization Act for Fiscal Year 2019 regarding covered telecommunications and video surveillance equipment/services. The form requires Offerors to disclose whether they will provide or use such equipment/services, directly or as a substantial component of any system or critical technology. If an Offeror indicates they will provide or use covered equipment/services, they must provide detailed disclosures, including entity information, equipment/service descriptions, and an explanation of proposed use. The document also directs Offerors to check the System for Award Management (SAM) for excluded parties. This representation ensures compliance with federal regulations aimed at mitigating supply chain risks associated with certain telecommunications and video surveillance technologies.
    This document outlines a lease agreement between the Lessor and the Government, specifically the General Services Administration (GSA), detailing terms, conditions, and specifications for leasing office space. It includes structural components such as the lease term, rental rates, appurtenant rights, and renovation requirements. The Government may terminate or renew the lease under specified conditions, impacting rental obligations. Payment details, including performance requirements for the Lessor and stipulations for tenant improvements, are thoroughly detailed. Adjustments for operating costs and real estate taxes are also outlined, ensuring transparency in financial responsibilities. The comprehensive inclusion of alterations, construction standards, and environmental considerations emphasizes the Government's commitment to safety and compliance, essential in managing federal contracts and RFPs. Overall, the document serves as a binding framework defining the relationship and obligations between the Government and the Lessor, ensuring all parties understand their responsibilities and rights under the lease.
    The document appears to be a compilation of fragmented and encrypted text from various government-related communications, including RFPs (Requests for Proposals) and federal grants. The primary focus seems to be the dissemination of detailed project descriptions, expectations, and guidelines that vendors or grant applicants must follow. However, the text contains a considerable amount of garbled, nonsensical, or corrupted data, making it difficult to extract clear and coherent information. Key ideas likely pertain to the solicitation of project bids and funding opportunities aimed at specific improvements or developments, typical of government contracts. Supporting details might reference compliance requirements, deadlines for submissions, specifications for proposals, and the evaluation process for bids. Due to the incoherent nature of the file and its heavy corruption, it is largely ineffective for obtaining actionable insights. The overall purpose would appear to be facilitating public access to funding opportunities, but the effectiveness is severely compromised by the document's readability issues. Overall, the purpose of this document is aligned with government efforts to engage with vendors for project execution and funding purposes, offering insights into the associated requirements and expectations.
    The GSA Template 3516 outlines the solicitation provisions for the acquisition of leasehold interests in real property. It defines critical terms and conditions that govern negotiations and submission processes for offerors. Notably, it details how proposals and modifications should be submitted, specifying both acceptable formats and potential late submission contingencies. Offerors are instructed to acknowledge any amendments, ensure compliance with solicitation conditions, and may submit revisions upon request. The document emphasizes the importance of being registered in the System for Award Management (SAM), requiring the unique entity identifier for proposals. It ensures the government can evaluate offers based on best value while retaining the right to reject proposals as it deems necessary. Additionally, the provisions address limitations on data disclosure and outline responsibilities related to protests and facsimile submissions. Ultimately, the document provides a structured framework to ensure efficient and fair solicitation processes, enhancing transparency and competitiveness in government leasing actions.
    The document is a General Services Administration (GSA) template outlining clauses for government leases, specifically dealing with the acquisition of leasehold interests in real property. It lists a series of clauses categorized into various sections such as definitions, performance, payment, and labor standards, each referencing applicable regulations and standard legal framework. Key topics include definitions of terms, obligations related to maintenance and inspection of leased premises, rights in case of default by the lessor, payment terms, compliance with laws, and contractor responsibilities toward ethics and conduct. The primary purpose of the document is to establish clear agreements between government entities and lessors to ensure proper property management, financial transactions, and compliance with federal regulations, which are critical when handling government contracts. This template serves as a standardization method for federal RFPs and grants, ensuring consistency in lease agreements. It remains crucial for transparency and accountability in federal leasing processes, providing the framework necessary for legal and operational clarity in contractual obligations.
    The file appears to be a technical error message indicating that the content of a PDF document cannot be displayed. It suggests upgrading Adobe Reader to view the document properly, along with providing links for assistance. The message mentions that Windows is a registered trademark of Microsoft Corporation, Mac is a trademark of Apple Inc., and Linux is the registered trademark of Linus Torvalds, emphasizing the platform compatibility of Adobe Reader. However, since the document's essential information is inaccessible, no substantive content or RFP-related details can be provided regarding federal grants or other local proposals. The core purpose seems to be informing users on how to resolve the display issue with potential implications for accessing important government RFP information.
    The document outlines the Lessor's Annual Cost Statement, which requires the lessor to estimate the annual costs associated with services, utilities, and ownership related to rental agreements. It includes detailed sections for the costs of cleaning, heating, electrical, plumbing, air conditioning, elevators, and other miscellaneous expenses, while providing instructions for completion and certification. Additionally, the document emphasizes compliance with the Paperwork Reduction Act and details estimated time commitments for completing the form.
    The document outlines General Decision Number TX20250241 for construction projects in Dallas County, Texas, effective January 3, 2025, including minimum wage rates under the Davis-Bacon Act and related Executive Orders. It specifies a minimum wage of $17.75 for contracts awarded after January 30, 2022, and $13.30 for earlier contracts, with required annual adjustments and conformance procedures. Additionally, it highlights the classification of various construction jobs, their respective wage rates, and appeals processes for wage determination disputes.
    The document provides a representation form addressing certain telecommunications and video surveillance services or equipment relevant to government contracting, adhering to the regulations set forth in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It outlines the requirements for Offerors regarding the provision and use of covered telecommunications products or services. Specifically, it mandates that Offerors declare whether they will provide covered equipment or services or if they use any that fall under this category. The form requires detailed disclosures if the Offeror confirms such usage, including information about the equipment, manufacturers, and intended use to ensure compliance with prohibitions against contracting with entities involved with restricted technologies. Additionally, Offerors must verify their status against the System for Award Management (SAM) to avoid engaging with excluded parties. The purpose of this provision is to safeguard governmental interests by mitigating risks associated with potentially malicious telecommunications services or equipment. Overall, it emphasizes transparency and accountability in federal contracting related to telecommunications.
    The Department of Veterans Affairs (VA) is seeking contiguous clinical space for a Vet Center, as detailed in the 10RCS/STA703 VET CENTER Statement of Work/Agency Specific Requirements. The space must be aesthetically pleasing, on the ground floor, and professionally maintained, with easy access to transportation and ample parking. The lease will be fully serviced, covering janitorial, security, CCTV, basic cable, business high-speed internet Wi-Fi, and overtime HVAC, all included in the annual rent. The document outlines extensive room-specific requirements for the entrance, lobby, restrooms, reception, offices, group counseling rooms, kitchen/employee break room, janitorial/utility closet, supply/storage room, and telecommunications room. Key features include accessibility, advanced security systems (entry control, alarms, CCTV, duress alarms), soundproofing (STC 45), and specific IT infrastructure. The Lessor is responsible for providing and maintaining all materials, parts, and labor, including security system updates and quarterly testing, as well as repainting and replacing flooring every five years. Exterior and interior signage must comply with VA guides, and a sound masking system is required in public and group areas. The Telecommunications Room will have restricted access for VA OIT personnel only.
    The document outlines the specifications for leasing clinical space for a Veterans Affairs Vet Center, intended for providing readjustment counseling services to veterans and their families. The proposed location must be easily accessible, professionally designed, and equipped for social interaction while accommodating individuals with disabilities. Key requirements include janitorial, security, and telecommunications services included in the lease. Room specifications detail separate areas such as a lobby, reception, counseling rooms, and administrative offices, all of which must meet certain accessibility and equipment standards. Emphasis is placed on soundproofing, security controls, and maintaining an inviting atmosphere for veterans. Additionally, provisions for IT infrastructure, such as server rooms and data outlets, are specified to support broadband needs. Signage and aesthetic considerations are mandated to ensure a welcoming environment while adhering to VA standards. The document reflects the federal government's commitment to enhancing support for veterans in a conducive and secure setting, ultimately facilitating their readjustment to civilian life.
    The U.S. Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for a leasing opportunity to acquire approximately 3,844 ANSI/BOMA of office space for a Vet Center in Amarillo, Texas. This notice is aimed at collecting expressions of interest rather than soliciting formal proposals. The necessary space must be located within specified boundaries, allowing for at least 20 parking spaces, including ADA-compliant options, and be free from FEMA's 1% annual chance floodplain. Interested firms must adhere to multiple criteria such as zoning, accessibility, and proximity to amenities and public transport. The lease is anticipated to last up to 20 years, including a firm term of 5 years, with a requirement for a fully serviced lease meeting federal and local safety and security standards. To participate, vendors must demonstrate SDVOSB or VOSB status through the SBA and provide essential property documentation. All responses should be submitted by 5 PM CST on March 19, 2025, to the designated contacts, with a focus on ensuring fair competition among potential participants. This solicitation reinforces the VA's commitment to expanding facilities for veteran services while promoting small business involvement in federal contracting.
    Lifecycle
    Title
    Type
    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.
    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--Notice of Intent to Sole Source, Fort Worth TX Rental of Space
    Buyer not available
    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.
    X1DB--AUSTIN TX Succeeding Lease Ad/EOI
    Buyer not available
    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.
    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
    Buyer not available
    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.
    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.
    LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC)
    Buyer not available
    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.
    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.
    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.
    Request for Lease Proposal for Office Space in or around Georgetown, DE for a Veterans Center 4165 NUSF / 4998 ABOA SF
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a lease of office space for a Veterans Center in or around Georgetown, Delaware, requiring 4,165 Net Usable Square Feet (NUSF) and up to 4,998 ABOA Square Feet. The procurement aims to secure a suitable facility that meets specific requirements, including accessibility, security, and compliance with federal standards, to provide essential services to veterans. Interested parties must submit their proposals by January 9, 2026, at 12:00 PM Eastern Time, and can direct inquiries to Tammy Buckwalter at tammy.buckwalter@va.gov or 304-263-0811. The evaluation will prioritize technical criteria significantly over price, ensuring that the selected location meets the needs of the veteran community effectively.