Yukon, OK CBOC
ID: 36C24W25R0026Type: 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 LABORATORIES AND CLINICS (X1DB)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a lease to establish a Community Based Outpatient Clinic (CBOC) in Yukon, Oklahoma. The procurement requires a facility with a minimum of 22,155 to a maximum of 26,586 ANSI/BOMA usable square feet, designed to provide comprehensive healthcare services for veterans, including primary care, mental health, and laboratory services. This initiative underscores the VA's commitment to enhancing healthcare access for veterans by ensuring modern, secure, and compliant facilities that meet federal standards. Interested offerors must submit their proposals by January 29, 2025, with inquiries due by January 14, 2025. For further information, contact Miranda Kloeppel at miranda.kloeppel@va.gov or Craig Wagstaff at Craig.Wagstaff@va.gov.

    Point(s) of Contact
    Miranda Kloeppel
    miranda.kloeppel@va.gov
    Craig Wagstaff
    Craig.Wagstaff@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs (DVA) is seeking Expressions of Interest for leasing up to 26,586 ABOA square feet for a Community Based Outpatient Clinic (CBOC) in Yukon, Oklahoma, with an estimated occupancy date of October 1, 2026. This Pre-Solicitation Notice aims to identify potential sources for a lease over a 20-year term (10 years firm, followed by a 10-year non-firm period). Interested parties must submit their expressions by November 15, 2024. The desired site must meet various requirements, including adequacy for seismic standards, contiguous space, compliance with zoning laws, and accessibility features such as parking and public transit proximity. The project involves significant tenant improvements, potentially surpassing $1 million. The North American Industry Classification System (NAICS) Code for this project is 531120 (Lessors of Nonresidential Buildings), with a small business size standard of $41.5 million. A market survey is scheduled for December 2-6, 2024, to assess submitted properties. This request does not solicit proposals but seeks information for future planning; an official Request for Lease Proposals is anticipated in early 2025. Respondents are given guidance on submission requirements and are reminded that no lease awards have been assured based on this notice.
    The document is an amendment (No. 1) to the VA Request for Lease Proposals (RLP No. 36C24W25R0026) for the Community Based Outpatient Clinic in Yukon, OK. The primary purpose of this amendment is to update the Lease Term Commencement Date, which is now set for on or about June 1, 2026, or upon acceptance of the space, whichever is later, changing from the previously stated June 16, 2025. Additionally, the amendment clarifies that this RLP is an open-market solicitation and not set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). No other requirements were altered in this amendment. The document concludes with instructions for offerors to acknowledge receipt and provide signatures. Overall, this amendment reflects a minor change to leasing timelines while maintaining the solicitation's open-market status.
    This document is Amendment No. 2 regarding the Department of Veterans Affairs (DVA) Request for Lease Proposals (RLP) No. 36C24W25R0026 for a Community Based Outpatient Clinic (CBOC) in Yukon, OK. The amendment addresses prior inquiries, confirming that the "VA Rule of Two" is not applicable due to previous proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) exceeding budgeted amounts, resulting in the cancellation of an earlier RLP. Consequently, the solicitation is now open to all market proposals. The DVA has outlined a desired spatial requirement of 22,155 to 26,586 ABOA square feet, accommodating both existing buildings and new constructions to meet the agency's needs. The document emphasizes the necessity for fair and reasonable pricing, reinforcing the goal of value for taxpayer expenditure. All other conditions outlined in the original RLP remain intact, indicating the ongoing procurement process.
    Amendment No. 3 to the Department of Veterans Affairs' Request for Lease Proposals (RLP) No. 36C24W25R0026 seeks to clarify responses regarding the lease requirements for a Community Based Outpatient Clinic in Yukon, OK. The amendment addresses six key inquiries related to determining fair market offers, budgets for tenant improvements, pricing per square foot, thresholds for rental agreements, space requirements for new builds, and the specifications for a reception area. The VA establishes a fair offer based on market research, with no specific annual budget for rent mentioned. Proposals for new constructions must encompass a minimum and maximum of 22,155 Rentable Square Feet (RSF), while the reception area must accommodate four individuals with prescribed space and equipment needs. All other RLP requirements remain unaffected by this amendment. The communication underscores the VA's transparent approach in the RFP process while seeking to ensure compliance with their leasing criteria and standards.
    Amendment No. 4 to the VA Request for Lease Proposals (RLP) No. 36C24W25R0026 addresses the leasing requirement for a Community Based Outpatient Clinic (CBOC) in Yukon, OK. The deadline for offers has been extended to January 29, 2025, with queries due by January 14. Key modifications include the requirement for a space between 22,155 and 26,586 ANSI/BOMA ABOA square feet for existing buildings, or 22,155 ABOA SF with a maximum of 24,370 Rentable Square Feet (RSF) for new builds. Various questions posed by potential offerors are addressed, confirming that the VA's prospectus limit is $3.613M instead of the previously mentioned $3.9M, and clarifying the delineated area for proposals. The amendment reiterates the need for emergency power in specific rooms, clean and soiled rooms for PACT support, and specifies the facility's operating hours. Concerns raised about square footage definitions and sustainability certifications have been noted, particularly regarding RSF and ABOA SF requirements for new constructions. The information provided is essential for prospective offerors to understand the parameters of the solicitation and prepare compliant proposals. The anticipated award date is suggested to be before September 30, 2025, contingent on evaluation processes.
    This document is Amendment No. 5 to the Department of Veterans Affairs' Request for Lease Proposals concerning a Community Based Outpatient Clinic in Yukon, OK. It addresses several queries from potential offerors related to the proposal requirements. Key clarifications include that each solicitation must be treated independently, and specific documentation must be submitted anew, despite previous offers. Additionally, while separate radiology practices are not required, some radiology equipment will be utilized for dental services. The project does not mandate Green Globes certification, and the proposal requires a total of 22,155 ABOA square feet. The facility must accommodate a 25-foot box truck, with a generator run time of at least 24 hours being deemed sufficient. If the proposed space exceeds requirements, leasing to other tenants is permissible, provided they do not conflict with VA operations. All other terms of the RLP remain unchanged. The amendment seeks to ensure clarity and compliance for prospective offerors as they prepare their submissions for this federal leasing opportunity.
    This document is Amendment No. 6 from the Department of Veterans Affairs regarding the Community Based Outpatient Clinic (CBOC) in Yukon, OK. The primary purpose of this amendment is to notify the cancellation of Request for Lease Proposals (RLP) No. 36C24W25R0026 due to insufficient funding. The contracting agency asserts its authority to cancel the solicitation, citing a reasonable basis for this action. The amendment expresses gratitude to all offerors who showed interest in serving veterans and indicates a plan to potentially reissue this solicitation for award in Fiscal Year 2026. The document is prepared by Leasing Specialist Miranda Kloeppel and authorized by Lease Contract Officer Craig Wagstaff, with instructions for offerors to acknowledge receipt of the amendment.
    This lease agreement, identified as VA LEASE NO. 36C24W25L00XX, is between a lessor and the United States government, specifically the Department of Veterans Affairs. It stipulates terms for leasing premises for governmental use, including conditions for rent, tenant improvements, appurtenant rights, and termination rights. Key elements include the lease term, which begins upon acceptance of the premises, and financial arrangements entailing annual rents, tenant improvement allowances, and operating costs. The government can adjust rents based on final costs and negotiated terms post-lease award. The lease encompasses provisions about alterations, insurance, and maintenance responsibilities, alongside performance expectations for the lessor, including compliance with construction and building standards. Additionally, the document incorporates essential definitions, establishes the rights regarding real estate taxes, and outlines provisions for handling changes in property ownership. It emphasizes the parties' intentions and obligations while ensuring compliance with federal regulations, providing a comprehensive framework to safeguard government interests in leasing arrangements. This agreement showcases the standard practices associated with federal RFPs and grants, emphasizing accountability and structured negotiations in government contracting.
    The Yukon Community Based Outpatient Clinic (CBOC) is set to replace its existing lease with a new 22,155 ABOA square foot facility aimed at expanding various healthcare services, including Primary Care, Mental Health, and Laboratory Services. The design requires compliance with the Veterans Health Administration (VHA) standards, local codes, and life safety regulations. Key components of the clinic include dedicated areas for patient care, physical therapy, imaging, and laboratories, optimizing room layouts for functional efficiency while adhering to accessibility and safety standards. Essential infrastructure, such as ventilation, plumbing, and electrical systems, will be scrutinized under rigorous requirements to enhance patient care and clinic operations. The design and construction will follow established guidelines including architectural, fire safety, and security criteria. Emphasis is placed on creating a welcoming, functional, and secure environment for veterans. Security measures include physical access controls, surveillance systems, and fire protection protocols, ensuring a safe healthcare experience. Overall, the initiative represents a significant investment in veteran healthcare access, focusing on modernity and compliance with federal mandates to deliver high-quality outpatient care in a supportive setting.
    The document outlines facility security requirements for Level II federal properties leased by the Department of Veterans Affairs (VA). It emphasizes the integration of security measures into rental rates and tenant improvements, highlighting the importance of incorporating a risk assessment aligned with the Design-Basis Threat. Key security components include site criteria for landscaping, lighting, access control, and perimeter design to minimize concealment and enhance visibility. Specific measures also address vehicle barriers, blast resistance, electronic surveillance, and intrusion detection systems. A structured approach mandates regular testing and maintenance of all security systems, along with stringent cybersecurity protocols to ensure the integrity and protection of building access control systems. The document also stipulates the establishment of comprehensive security plans and the need to safeguard sensitive areas within the facility. This comprehensive security framework showcases the VA’s commitment to creating a secure environment for its occupants, reflecting a proactive approach to risk management in line with federal security standards.
    The document outlines the solicitation provisions related to the acquisition of leasehold interests in real property by the federal government. It details definitions, processes for proposal submission, modifications, and withdrawals, along with the handling of late proposals. Offerors must adhere to strict requirements, including submission of signed proposals, acknowledgment of amendments, and guidelines for document marking related to data confidentiality. The government evaluates proposals based on the best value, allowing for discussions to enhance offeror submissions. Key considerations include compliance with equal opportunity laws for contracts over $10 million, the necessity for registration in the System for Award Management (SAM), and the implications of the Federal Acquisition Supply Chain Security Act regarding prohibited sources. Additionally, the document introduces an alternative protest procedure for real property lease procurements, reflecting the procedural framework for effective contractor compliance and engagement in government contracting. This comprehensive structure ensures a competitive and transparent procurement process while emphasizing adherence to legal and operational standards.
    The document outlines federal clauses applicable to the acquisition of leasehold interests in real property, focusing on definitions, subletting and assignment rights, lease terms, and compliance requirements. It emphasizes the Government's rights to sublet or assign leases, the binding nature of the lease on successors, and the need for government access to the premises. Critical clauses address maintenance responsibilities, performance standards, and conditions for defaults by the lessor, including potential remedies available to the government. Additionally, it reinforces the importance of compliance with legal standards, safety measures, and the rights of inspection by government personnel. The clauses also cover financial aspects such as prompt payment terms, assignment of claims, contractor conduct, and anti-kickback provisions. The document aims to provide clarity and protection to the government in its leasing activities, ensuring that all processes comply with relevant regulations while promoting transparency, accountability, and fair labor practices in government contracting. Overall, it serves to delineate the specific responsibilities and rights of both the lessor and the government throughout the lease term.
    The government document appears to be inaccessible as it contains an error related to displaying its contents. Therefore, no specific information is retrievable regarding federal RFPs, grants, or local proposals. It highlights potential issues with the PDF viewer and suggests updates to Adobe Reader for appropriate content visualization. Due to the lack of substantive content, a summary cannot be generated, as the main topic, key ideas, and supporting details are not provided. It emphasizes the need for technical readiness to access government documents efficiently, which may involve considerations in grant applications or proposals. The necessity for physical and digital access to important government files is underscored, but without specific details on any grants or RFPs included in the file, an elaborate summary cannot be crafted.
    The document details the Lessor's Annual Cost Statement, a necessary submission for federal leasing agreements as part of the General Services Administration (GSA) guidelines. It outlines the estimated annual costs of services and utilities provided by the lessor, specified across various categories such as cleaning, heating, electrical, and maintenance services. The statement requires filling in costs related to the entire building and the government-leased area, ensuring transparency in rental considerations. Key components include a detailed listing of items from salaries to management costs, guiding lessors in estimating their expenses accurately. The document also emphasizes compliance with the Paperwork Reduction Act, stating the estimated time required for completion. Additionally, it mandates certification by the lessor affirming the accuracy of the financial estimates provided. Overall, the statement ensures that lease agreements reflect fair market value, contributing to the efficient allocation of federal resources in rented spaces. The focus on cost estimation and service inclusivity supports the GSA’s policy of maintaining consistency with prevailing community rental rates.
    The document outlines the Fire Protection and Life Safety Evaluation requirements for office buildings under the General Services Administration (GSA). It comprises two parts: Part A, for spaces below the 6th floor, to be completed by the Offeror or their representative; and Part B, for spaces on or above the 6th floor, to be completed by a licensed professional fire protection engineer. Each part requires a comprehensive assessment of the building's compliance with current building and fire codes, with particular attention to egress, fire suppression systems, and alarm systems. Part A gathers basic building information, including floor details, square footage, and fire safety systems such as sprinklers and alarms. Part B demands a detailed narrative addressing various safety elements such as occupancy types, building construction, vertical openings, means of egress, and the status of fire protection systems. The professional engineer must include deficiencies, code references, and corrective recommendations. This evaluation ensures that federal office spaces are safe, compliant with applicable standards, and appropriately equipped to protect occupants from fire-related hazards, reflecting the federal government’s commitment to safety and adherence to regulations in public facilities.
    This document outlines the wage determinations under the Service Contract Act by the U.S. Department of Labor. It specifies minimum wage requirements for federal contracts in Oklahoma, indicating that contracts initiated after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour if not renewed. The document provides detailed wage rates for various occupations and outlines mandatory fringe benefits, including health, vacation, and holiday pay. Executive Order provisions affecting sick leave and minimum wage compliance are also highlighted. Importantly, the document specifies required benefits and responsibilities for contractors regarding wage payments and sick leave provisions, emphasizing that proper classification and wage rates for unlisted occupations are essential for compliance. This comprehensive wage determination serves as critical guidance for federal contractors, ensuring fair compensation and adherence to labor standards, reflecting the government's commitment to protect worker rights in federal contracting environments.
    The "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" document outlines mandatory disclosures for Offerors involved in federal contracts, particularly concerning telecommunications equipment and services. It implements sections of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which prohibits the procurement of specific covered telecommunications equipment and services by federal agencies. The Offerors must represent whether they provide or use covered telecommunications services and disclose relevant information if they respond affirmatively. Key definitions and prohibitions regarding what constitutes covered equipment or services are provided, emphasizing the need for a reasonable inquiry into their usage. The Offerors are required to check the System for Award Management (SAM) for excluded parties to ensure compliance. Overall, the document aims to ensure that federal contracts do not include potentially harmful telecommunications components, promoting security and integrity in federal procurement processes.
    The Past Performance Questionnaire is designed to evaluate a firm's performance on government contracts. It requires the rating firm's details, the project name, duration, contract type, award dates, and monetary values related to the contract. Feedback is provided by an assessing official who evaluates several performance categories, including compliance with lease requirements, quality of services, delivery timeliness, business relations, key personnel management, reliability, customer support, and overall performance. Each category is rated on a scale from “Unsatisfactory” to “Exceptional.” Additionally, there is space for additional comments and other assessment factors to provide a comprehensive evaluation. This questionnaire serves as an essential tool in the context of government RFPs and contracts, facilitating the assessment of a firm's capability and reliability in future contracting opportunities.
    The Architect-Engineer (A-E) Qualifications document outlines the process and requirements for federal agencies to assess and select A-E firms for contracts. It emphasizes that selection is based on professional qualifications as stipulated by the Selection of Architects and Engineers statute and the Federal Acquisition Regulation (FAR). The document is divided into two main parts: Part I focuses on contract-specific qualifications, requiring firms to provide detailed information about their capabilities and key personnel, while Part II addresses the general qualifications of the firm or its branch office. Key points include the necessity of submitting qualifications in compliance with agency instructions, maintaining concise yet comprehensive documentation, and providing example projects to demonstrate the team's experience relevant to the contract. Agencies may supplement these instructions with specific guidance on submission limits. The purpose of this form is to ensure a fair and competitive selection process for federal contracts, reinforcing the need for qualified professionals to deliver essential architectural and engineering services while adhering to government standards and regulations.
    The document titled "Contractor's Qualifications and Financial Information" serves as a comprehensive form for contractors seeking federal government contracts. It collects essential information about the organizational structure, financial status, ownership details, and any existing liabilities of the contractor. The form requires contractors to disclose their type of organization, taxpayer ID, date established, and financial statistics, including balance sheets and income statements. Furthermore, it assesses any government debts and past performance on federal projects. The form also includes sections for detailing banking relationships, past due accounts, and unpaid liabilities, ensuring an in-depth evaluation of a contractor's financial responsibility. By mandating certifications to confirm the accuracy of provided information, the form aims to uphold accountability within federal contract procurement processes, emphasizing the importance of financial integrity and operational capacity for eligibility in federal grants and contracts.
    The document outlines the Tenant Improvements Cost Summary (TICS) for government projects, detailing costs associated with tenant improvements and shell conditions of leased spaces. It specifies a structured format for estimating expenses across various construction divisions, such as general requirements, concrete, masonry, electrical, HVAC, and finishes. Each section requires input of material descriptions, quantities, unit costs, and labor estimates to populate total costs, ensuring compliance with General Services Administration (GSA) guidelines. The TICS process includes differentiating between Tenant Improvements (TI) and Shell costs, identifying building-specific amortized capital (BSAC) needs, and factoring in fees for architecture, engineering, and project management. This document serves as a comprehensive framework for managing costs associated with government requests for proposals (RFPs) as well as federal and state grants, focusing on accurate budgeting and project execution standards.
    The VA Request for Lease Proposals (RLP) No. 36C24W25R0026 seeks offers for a lease in Yukon, OK, with submissions due by January 21, 2025. The proposal outlines requirements for a minimum of 22,155 to a maximum of 26,586 ANSI/BOMA usable square feet of contiguous space, requiring specific construction and parking considerations. The lease term will be for 20 years, with a firm 10-year period, allowing for government termination rights with prior notice. Proposals must adhere to extensive eligibility criteria, including environmental, accessibility, and energy efficiency standards, aligning with the Energy Independence and Security Act. The document emphasizes security measures and amenities, such as adequate parking and vicinity to public transportation. Submissions must include various forms and evidence of financial capability, zoning compliance, and historic preservation, if applicable. The evaluation will favor proposals that meet these comprehensive requirements, ultimately aiming to provide a modern, secure, and conveniently located facility for the Department of Veterans Affairs. The RLP underscores the government's commitment to stringent lease standards and thorough consideration of environmental and historical factors in site selection.
    Lifecycle
    Title
    Type
    Yukon, OK CBOC
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    Oklahoma City Overflow Parking
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a 20-year lease of approximately 1,000 parking spaces to serve as an overflow parking lot for the Oklahoma City VA Medical Center. The selected offeror will be responsible for the design, construction, maintenance, and operation of the facility, which must meet DVA specifications for various amenities, including fencing, gates, shuttle waiting areas, and video surveillance. This procurement is crucial for accommodating the parking needs of veterans and their families visiting the medical center, with a firm lease term of 10 years and an optional additional 10-year term, anticipated to commence on October 1, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit electronic expressions of interest by December 29, 2025, to Miranda Kloeppel at miranda.kloeppel@va.gov, with an estimated tenant improvement budget between $251,000 and $500,000.
    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.
    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.
    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.
    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.
    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.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    Dept of Veteran Affairs Seeks Clinical Space in Dubois, PA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a Community Based Outpatient Clinic (CBOC) in DuBois, Pennsylvania, requiring approximately 23,062 Net Usable Square Feet of space along with 215 onsite parking spaces. The procurement aims to identify potential sources capable of providing a full-service lease, which includes tenant improvement build-out or new construction, as well as all maintenance and operational requirements for a lease term of 15 years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring that the facility meets specific zoning, configuration, and accessibility standards. Interested parties must submit their expressions of interest by December 18, 2025, at 10:00 AM EST, via email to Rachael Hallock at Rachael.Hallock@va.gov.
    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.
    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.