X1DB--Radiation Therapy VA Clinic at Kansas City Lease 36C25525R0016
ID: 36C25525R0016Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of a Radiation Therapy Clinic in Kansas City, under Request for Lease Proposal (RLP) No. 36C25525R0016. The procurement aims to secure a facility that meets specific operational and architectural criteria, providing between approximately 15,786 and 17,759 usable square feet, with a focus on modern construction standards, accessibility, and stringent security measures. This clinic will play a crucial role in delivering essential healthcare services to veterans, ensuring compliance with federal regulations and safety standards. Interested parties must submit their proposals by June 3, 2025, at 11:59 PM Central Time, and can direct inquiries to Contracting Officer Jan Carlson at jan.carlson@va.gov or 913-946-1136.

    Point(s) of Contact
    Lee GrantContracting Officer
    (913) 946-1936
    Jan Carlson, Contract Specialist
    lee.grant@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking to lease space for a Radiation Therapy Clinic in the Kansas City Metro area, with a minimum of 15,786 ABOA square feet and a maximum of 17,759 RSF. The solicitation, numbered 36C25525R0016 and set aside for small businesses, outlines specific geographical boundaries: North (I-670), South (I-435), East (Hwy 71), and West (I-35 and Hwy 69). Buildings within this area are deemed eligible for consideration. The Request for Lease Proposal (RLP) is anticipated to be released on March 26, 2025, with proposals due by May 30, 2025. The document includes contact information for relevant officials, including Contracting Officer Lee Grant and Contract Specialist Jan Carlson, whose emails are provided for further inquiries. This presolicitation reflects the VA’s commitment to establishing necessary healthcare facilities for veterans while adhering to federal contracting processes.
    The Department of Veterans Affairs has issued Amendment #1 to Request for Lease Proposal (RLP) 36C25525R0016 for a Radiation Therapy VA Clinic in Kansas City. Key updates in this amendment include the addition of Questions and Answers, and the inclusion of Exhibits H and K to the proposal materials. The deadline for offers has been extended to May 16, 2025, at 11:59 PM Central Time. It is imperative for offerors to acknowledge this amendment when submitting their proposals. The amendment indicates that all other terms and conditions of the original proposal remain unchanged. This amendment serves to clarify aspects of the RLP and provide essential documentation for potential bidders. The focus remains on maintaining compliance with the rigorous standards of federal contracting.
    The document appears to be scrambled, containing predominantly unreadable characters and symbols, which obscures any meaningful content or structured information. It does not conform to typical layouts or topics found in government Requests for Proposals (RFPs) or federal, state, and local grant documents. Given its garbled state, it is impossible to extract any coherent main ideas or key points. The overall purpose and context of the file remain unclear due to the lack of legibility. If this is a critical document, it may require restoration or reformatting to reveal its intended information, allowing for proper analysis and summarization related to government funding, grants, or proposal requests.
    The document outlines various federal and state/local Request for Proposals (RFPs) and grants, emphasizing their purpose of funding projects that enhance community services and development initiatives. Key points include the necessity for thorough submission of proposals, compliance with regulatory standards, and alignment with governmental priorities for funding eligibility. It also specifies deadlines, application procedures, and eligibility criteria for grant recipients. Additionally, the document reinforces the importance of transparency and accountability in the use of awarded funds to achieve intended project outcomes. By encouraging responsible management of resources, this initiative aims to foster community growth and development through strategic investment in local projects. Overall, the document serves as a guide for organizations seeking funding opportunities while adhering to federal and state regulations.
    The document is an amendment to the Request for Lease Proposal (RLP) No. 36C25525R0016 issued by the Department of Veterans Affairs, specifically for the Radiation Therapy VA Clinic in Kansas City. The primary purpose of this amendment is to modify specific requirements regarding the loading dock and parking facility associated with the clinic. The amended section mandates that the parking lot must accommodate deliveries by trucks with trailers, specifying that it should be large enough for a 53-foot semi to maneuver, drop off supplies, and turn around. Additionally, the deadline for offer submissions has been extended to June 3, 2025, at 11:59 PM Central Time. The contract award remains conditional upon an upper-level review and requires acknowledgment of the amendment from the offerors with their submissions. This document serves as a critical update for prospective contractors regarding the logistical needs for the clinic's operations and reinforces the government's due process in procurement and facility requirements.
    This document is a lease agreement between the General Services Administration (GSA) and a private lessor concerning government office space. It specifies terms and conditions including lease commencement dates, rental rates, tenant improvements, and occupancy rights. The lease outlines obligations for both parties regarding property maintenance, alterations, and adjustments for operating costs and real estate taxes. Importantly, the agreement establishes the Government's rights to terminate or renew the lease, and specifies the financial arrangements for broker commissions and improvement allowances. It emphasizes compliance with regulations, including those addressing environmental impacts and accessibility standards. Overall, this lease serves as a structured framework to govern the relationship and responsibilities between the Government and the lessor, ensuring compliance with federal procurement guidelines.
    The Department of Veterans Affairs is seeking to lease up to 13,155 net usable square feet for a Radiation Oncology Linear Accelerator Clinic in the Kansas City Metro area. The facility will include two linear accelerator vaults—one operational and a second designed for future equipment installation. The property's aesthetic and functional requirements include being situated in a suitable business park or landscaped site, alongside compliance with comprehensive design and safety standards. The contract specifies obligations for both the government and lessor, detailing maintenance responsibilities, utility services, and construction materials compliant with various national and local codes. Importantly, the design must facilitate a clinical environment, addressing radiation safety with the necessary shielding as per federal guidelines and ensuring patient privacy and security throughout the premises. Key provisions also encompass accessibility features, HVAC systems standards, comprehensive IT infrastructure, and janitorial services using eco-friendly products. Subsequently, compliance with all outlined specifications and performance metrics is crucial for facility operation, showcasing VA’s commitment to providing high-quality healthcare services for veterans while fostering a safe environment.
    The document outlines the Security Requirements for Federal Facilities, specifically under Facility Security Level II (FSL II) as mandated by the Department of Veterans Affairs (VA). It details the responsibilities of lessors concerning security measures to be included in rental rates, maintenance costs, tenant improvements, and adherence to the Design-Basis Threat (DBT) assessments. Key areas addressed include site security criteria such as signage, landscaping, lighting, vehicle and pedestrian access, and parking control. Additionally, structural security measures such as blast resistance, forced entry resistance, and protection of sensitive areas like pharmacies and critical IT infrastructure are emphasized. The document also calls for the installation and maintenance of surveillance and intrusion detection systems, as well as the formulation of facility security and construction security plans. The implications of these requirements reflect a comprehensive strategy to enhance the safety and security of federal facilities, ensuring robust protection against potential threats while maintaining a functional and accessible environment for employees and visitors. Through various measures outlined, the VA seeks to balance security needs with operational requirements and regulatory standards.
    This document outlines the standard General Clauses related to the acquisition of leasehold interests in real property by the U.S. Government, specifically referencing various clauses from the General Services Acquisition Regulation (GSAR) and Federal Acquisition Regulation (FAR). It includes stipulations about definitions, subletting, maintenance, payment processes, dispute resolution, labor standards, and compliance with laws. Each clause addresses responsibilities and obligations of both the lessor and the government, ensuring mutual agreement on various aspects, such as maintenance of premises, inspection rights, payment mechanisms, and handling defaults. The document reflects a comprehensive framework guiding federal leasing arrangements, ensuring adherence to ethical conduct, timely payments, and legal compliance. This structured approach supports the government's objective of fostering transparent and efficient leasing practices, applicable across various levels of government contracts.
    The provided file consists of a technical issue regarding the inability to display a document in PDF format. It suggests that users may need to upgrade their Adobe Reader software to access the document correctly. The document mentions links for downloading the latest version of Adobe Reader and provides general trademark information for operating systems like Windows, Mac, and Linux. However, there is no substantial content related to government RFPs, federal grants, or state and local RFPs in the text presented. The primary focus appears to be on technical assistance rather than offering any relevant information or details about specific government projects or proposals.
    The document outlines wage determinations for building construction projects in Johnson County, Kansas, as mandated by the Davis-Bacon Act. It specifies minimum wage rates that contractors must adhere to for various trades and occupations in 2025, with guidelines based on Executive Orders 14026 and 13658. If contracts are awarded or renewed after specified dates, different minimum wage rates apply, with varying requirements based on the contract's date. A comprehensive list of classifications is provided, detailing wage rates alongside fringe benefits for various construction roles such as laborers, electricians, plumbers, and carpenters. The document also emphasizes the necessity for contractors to submit conformance requests for unlisted classifications. Worker protections under specified Executive Orders, including paid sick leave provisions, are highlighted. The appeals process for wage determinations is outlined, providing steps for stakeholders who wish to challenge decisions. Overall, this wage determination is instrumental for ensuring fair compensation and compliance with federal labor standards on federally funded construction projects.
    The document outlines the Request for Space (SF-81) process employed by the General Services Administration (GSA) for federal agencies. It serves as a form to request office and related space, detailing necessary information such as the agency's contact details, type of request (initial, expansion, renewal, or reduction), geographic area served, personnel count, and specific space requirements including offices, storage, and parking. The request mandates that agencies certify their need for the minimum necessary space, adhere to relevant regulations, and ensure funding availability for associated costs. An attached Space Requirements Worksheet is needed to support the request, highlighting special requirements in terms of architecture, safety, and operations. The final part includes GSA's evaluation process to determine if government-controlled space is available or if leasing must occur. This document is crucial for ensuring that federal agencies effectively communicate their space needs to the GSA, facilitating compliance with federal regulations and optimizing space utilization. The structured format aids in a standardized approach for agencies to articulate their requests clearly and accurately.
    The document outlines essential building codes and standards relevant to the design and construction of health care facilities. It references key organizations and guidelines, including The Joint Commission, Facility Guidelines Institute (FGI), and the National Fire Protection Association (NFPA), which collectively set the framework for health and safety compliance in such environments. Specific codes mentioned, like NFPA 99 and NFPA 101, pertain to health care facilities and life safety. Furthermore, it highlights the Architectural Barriers Act Accessibility Standards (ABAAS) ensuring accessibility in construction projects, along with the VA's specific guidelines, such as the Office of Real Property Policy Memorandum and resources for Community Based Outpatient Clinics. The document serves as an important resource within federal and state/local RFPs aimed at maintaining rigorous construction and safety standards in health care facilities. It emphasizes the necessity of adherence to regulatory requirements throughout the design and construction process, ensuring safety and operational efficiency while prioritizing patient care and accessibility.
    The document outlines a Past Performance Reference Check form utilized by the U.S. Department of Veterans Affairs to evaluate the performance of contractors involved in construction or service projects. It requires offerors to complete key project details, including the project name, location, type, and the representative providing the reference. Evaluators must rate various aspects of the contractor's performance on a scale from 0 to 10, focusing on factors like quality of building and services, project management, cost control, timeliness, and business relations. Additional sections address subcontracting requirements and overall satisfaction with the contractor's performance. The form serves to gather systematic feedback on a contractor's efficiency and effectiveness, enabling the Department to assess qualifications for future projects. Emphasis is placed on detailed numerical evaluations bolstered by qualitative explanations to support ratings. This reference check is critical for adhering to standards in federal contracting, ensuring that past performance informs future contract decisions, particularly in projects involving federal grants or local and state RFPs.
    The document outlines requirements and representations regarding telecommunications and video surveillance services or equipment for federal contracts, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that Offerors (property owners) must declare if they will or will not supply any covered telecommunications products or services as part of their proposals. The prohibitions detailed in the document aim to prevent the acquisition of systems utilizing covered telecommunications due to security concerns. Offerors are required to conduct reasonable inquiries and provide disclosures if using or supplying such equipment, including specifics on product origin, descriptions, and usage within contracts. This representation ensures compliance with Section 889 of the act, mandating that all parties involved in procurement uphold security standards. The aim is to restrict reliance on potentially insecure technologies in government contracts, thereby reinforcing national security protocols in telecommunications.
    The document outlines the "OIT Design Guide Templates" developed by the Department of Veterans Affairs for critical telecommunications spaces within clinical and non-clinical environments. It serves as a foundational reference for engineering and infrastructure design within enterprise data centers. The guide details requirements such as telecommunications rooms, entrance rooms, and data center configurations across various sizes—from extra small to extra large. Key specifications include power distribution setups, environmental controls, and layout schematics for effective equipment management. Fundamental safety and operational guidelines are emphasized, including space allocations, humidity control, and fire-resistant materials. Overall, the document reflects the VA's commitment to establishing standardized designs that meet operational efficiency and safety standards across its facilities, facilitating enhanced IT operations and services. This guide is crucial for engineers and contractors involved in the design and construction of VA facilities, ensuring compliance with federal and organizational standards.
    The government document outlines a Request for Proposals (RFP) aimed at soliciting bids for a project designed to enhance public infrastructure within communities. The primary goal is to address pressing local needs, prioritized through community feedback and strategic assessments. It emphasizes the importance of sustainable development practices and the incorporation of innovative solutions that respond to both current and future challenges. Key points include specifications for the type of services required, the budgetary constraints, and the timeline for project completion. Additionally, the document stresses the need for collaboration with local stakeholders to ensure that the proposed solutions align with the community's long-term vision. A competitive bidding process is outlined, which aims to secure the best value for taxpayers while maintaining high standards of accountability and transparency. Furthermore, the document reiterates the importance of compliance with federal and state regulations throughout the project lifecycle. It underscores that selected contractors will be required to facilitate ongoing communication with government officials and community members as the project progresses. This document serves as a critical tool for informing potential bidders of the opportunities and requirements related to enhancing local infrastructure effectively.
    The Varian EDGE Radiosurgery Product Planning Guide provides essential details for the installation of the EDGE system, aimed at customers and their representatives. It includes an overview of the product, specifications for system dimensions, and customer requirements to ensure appropriate site readiness. The guide emphasizes the importance of comprehensive site preparation, adherence to safety regulations, and collaboration with Varian's Project Management for a smooth installation process. Key sections cover the system's components, electrical requirements, shielding needs, and responsibilities of the customer to meet local codes. Clarity on installation timelines, including lead times and the process for project management, is also provided. Safety considerations, particularly regarding electrical connections and emergency systems, are highlighted throughout to illustrate the necessary precautions for successful operation. Understanding these guidelines is crucial for facilities integrating advanced radiotherapy technologies while maintaining compliance with safety regulations and operational efficacy.
    The document outlines the Lease Security Standards, providing a comprehensive framework for security measures applicable to federal government facilities. It includes specifications for various areas such as facility entrances, common areas, parking, and security systems. Major sections cover employee access control, visitor management, identity verification, and security systems design, emphasizing the need for detailed quotations on identified security countermeasures to be finalized post-design. Key elements include the requirement for security systems testing and maintenance, signage for governmental identification, and the establishment of a Facility Security Committee. The document notes that certain costs tagged as "Priced in Shell" will not require pricing on the form but must align with the full security standards outlined elsewhere. Overall, the purpose of this document is to serve as a guide for lessors in quoting necessary security improvements, ensuring compliance with the federal standards necessary for the protection and safety of government properties. It emphasizes negotiation stages post-quote submissions, reflecting an organized and structured approach to maintaining secure environments within government facilities.
    The document outlines the Lease Security Standards, providing a comprehensive framework for security measures applicable to federal government facilities. It includes specifications for various areas such as facility entrances, common areas, parking, and security systems. Major sections cover employee access control, visitor management, identity verification, and security systems design, emphasizing the need for detailed quotations on identified security countermeasures to be finalized post-design. Key elements include the requirement for security systems testing and maintenance, signage for governmental identification, and the establishment of a Facility Security Committee. The document notes that certain costs tagged as "Priced in Shell" will not require pricing on the form but must align with the full security standards outlined elsewhere. Overall, the purpose of this document is to serve as a guide for lessors in quoting necessary security improvements, ensuring compliance with the federal standards necessary for the protection and safety of government properties. It emphasizes negotiation stages post-quote submissions, reflecting an organized and structured approach to maintaining secure environments within government facilities.
    The document outlines the Security Unit Price List for federal lease agreements, specifying security countermeasures required for facilities. The list is categorized into sections addressing facility entrances, interior government spaces, exterior building areas, parking, security systems, operations and administration, and cybersecurity. Each category includes various security measures that must be quantified with unit prices and quantities, although certain costs are designated as "Priced in Shell" and do not require pricing at this stage. Key components include identity verification, visitor access control, security system maintenance, and duress alarms, informing potential lessors of the necessary security standards to be met. The Building Specific Amortized Capital (BSAC) amounts are estimated for these requirements, with the final determination dependent on design completion. The document serves to ensure that security features align with federal regulations and standards, facilitating the negotiation process before any construction begins. Emphasis is placed on adapting and updating security standards as needed throughout the lease term. This document is essential for organized procurement and implementation of security measures in government buildings.
    The document outlines the structure and processes for estimating Tenant Improvements (TI) and Shell costs for government projects. It specifies that costs for materials, labor, and additional fees related to security improvements (Building Specific Amortized Capital - BSAC) should be itemized and recorded across various construction divisions. Each division includes sections for detailing materials, their quantities, unit costs, total costs, labor hours, rates, and overall totals. The document also instructs users to fill in project-specific details in designated fields and emphasizes the inclusion of all relevant figures, such as General Contractor and Architectural/Engineering Fees, to ensure a comprehensive cost evaluation. It highlights the importance of capturing all necessary expenses related to the project while meeting federal guidelines. The attention to systematic calculations and clear categorizations is designed to assist contractors and government agencies in streamlined budgeting and procurement for construction projects, reflecting the complex nature of federal budgeting for facility improvements.
    The document outlines the Tenant Improvement Cost Summary (TICS) form, integral for federal and state/local RFPs and grants related to building and renovation projects. It emphasizes the breakdown of costs associated with tenant improvements (TIs) and shell construction across multiple divisions—from general requirements to specialized installations like fire suppression, plumbing, and electronic security. Key components include a detailed cost estimation format, including distinct columns for material, labor, and total costs, guiding users to fill in specific financial data pertinent to the project. The guide delineates responsibilities for general contractors, architects, and lessors, highlighting the significance of adhering to established construction standards and budgetary constraints. It also stresses collecting and reporting comprehensive costs associated with both tenant improvements and building-specific amortized capital (BSAC) related to security needs. The instructions within serve to ensure that all necessary project specifics are included to evaluate the overall financial implications accurately. This structured approach promotes transparency and accountability, conducive to the federal government's strategic objectives for cost-effective asset management while encouraging compliance with safety and quality in construction practices.
    The VA Request for Lease Proposals (RLP) No. 36C25525R0016 seeks offers for leasing a Radiation Therapy VA Clinic in Kansas City, with proposals due by May 30, 2025. This RLP is designated as a small business set-aside. The Government intends to award a 10-year lease, including a firm 5-year term, with specific conditions for the leased space, which must meet defined architectural and operational criteria, providing between approximately 15,786 and 17,759 usable square feet. Essential requirements include modern construction standards, accessibility, and specific security measures. An optional Pre-Proposal Conference is scheduled for April 16, 2025, for interested parties to clarify requirements. Submitters must provide detailed pricing and operational plans, while following environmental and historic preservation guidelines. The evaluation process will prioritize efficient layouts and compliance with federal regulations, and proposals will be evaluated based on various criteria. The lease will involve a fully serviced structure, and all costs associated with tenant improvements will be included in the rent. Compliance with energy efficiency and sustainability regulations is required under the Energy Independence and Security Act. This RLP exemplifies the Government's commitment to utilizing small businesses and adhering to stringent quality and operational standards in their leasing processes.
    Similar Opportunities
    J065--RSO Medical Physics Services KC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for RSO Medical Physics Services at the Kansas City VA Medical Center and its Community-Based Outpatient Clinics. The contract encompasses a base year plus four one-year options, requiring services such as quarterly nuclear medicine audits, equipment inspections, and emergency RSO coverage, provided by a board-certified Medical or Health Physicist. This procurement is crucial for maintaining safety and compliance in medical physics operations, with an estimated contract value of $19 million. Proposals are due by December 23, 2025, at 10:00 AM CST, and interested parties should contact Contract Specialist Paul Dixon at paul.dixon@va.gov for further information.
    X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease contract to establish an Outpatient Clinic (OPC) in Katy, Texas, under Request for Lease Proposals (RLP) No. 36C10F25R0024. The procurement aims to secure between 149,010 to 175,306 ABOA square feet of contiguous space, with options for 15 or 20-year firm lease terms, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This facility is crucial for enhancing healthcare services for veterans, ensuring they receive comprehensive outpatient care in a dedicated environment. Interested parties must submit their proposals by August 6, 2025, with a pre-bid conference scheduled for June 20, 2025, and inquiries directed to James Cassidy at JAMES@DHCRES.COM or (917) 633-8166.
    X1DB--Santa Maria Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    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.
    Yukon, OK CBOC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of 22,155 to 26,586 ABOA square feet of space for a Community Based Outpatient Clinic (CBOC) in Yukon, Oklahoma. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses and aims to provide expanded healthcare services for veterans, including primary care, mental health, and various specialty services. Proposals are due by December 15, 2025, with questions accepted until December 2, 2025, and the anticipated lease commencement date is November 15, 2026. Interested parties can contact Miranda Kloeppel at miranda.kloeppel@va.gov or William Maddox at william.maddox@va.gov for further information.
    X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting lease proposals for a new Primary Care Annex in West Palm Beach, Florida, under Request for Lease Proposal (RLP) No. 36C248-25-R-0031. The VA seeks a contiguous space of 11,886 to 12,000 ABOA square feet, with specific requirements including at least 100 reserved parking spaces and compliance with various standards such as accessibility, fire protection, and energy efficiency. This facility will play a crucial role in providing primary care services to veterans in the area, emphasizing the importance of modern and accessible healthcare infrastructure. Interested offerors must submit their proposals by 3:00 PM ET on January 26, 2026, to Javier Correa Ochoa, the Lease Contracting Officer, at javier.correaochoa@va.gov.
    W065--SURGERY LASER SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking qualified businesses to provide Surgical Laser Services at the Kansas City VA Medical Center. The procurement aims to secure comprehensive surgical laser support, including the provision of various laser equipment, accessories, and qualified technician services on an as-needed basis over a five-year ordering period. Surgical lasers are critical for precision ablation in complex surgical procedures, and the required equipment includes systems such as the Lumenis Pulse 120H Holmium Laser and several CO₂ laser systems, among others. Interested firms must respond in writing with their capabilities and are required to be registered in SAM.gov, comply with the Buy American statute, and provide an authorized service provider letter from the OEM. For further inquiries, contact Betty Flores at veronica.flores@va.gov or call 913-946-1167.
    X1DB--Department of Veterans Affairs Notice of Intent to Sole Source Harlingen, TX
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a long-term lease of approximately 125,804 to 182,416 rentable square feet of clinical space, along with 750 parking spaces, in Harlingen, Texas. The current lease for 120,000 net usable square feet is set to expire on September 30, 2030, and the VA is considering relocation if it proves economically advantageous. This procurement is critical for the VA's operational needs, as it aims to secure a facility that meets specific zoning and safety requirements, including being outside of a 100-year flood plain and not containing residential quarters. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs), are encouraged to submit detailed property information by December 15, 2025, at 5:00 PM Eastern Time, with inquiries directed to Realty Specialist John (Ben) Tiner at john.tiner@va.gov or 720-219-8460.
    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.
    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.