Bakersfield Vet Center Relocation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically RPO WEST (36C24W), is soliciting Request for Lease Proposals (RLP) for the relocation of the Bakersfield Vet Center in Bakersfield, CA. The VA seeks approximately 4,520 ANSI/BOMA Occupant Area (ABOA) square feet of modern, contiguous, and fully serviced office space. This opportunity, identified under Product Service Code X1DB (Lease/Rental Of Laboratories And Clinics), requires a 20-year lease term with a 5-year firm period. Proposals are due by March 31, 2026, at 5:00 PM PST.
Scope of Work
The Lessor will provide a modern, sound, and substantial building meeting specific requirements for seismic safety, accessibility, fire protection, life safety, and energy efficiency. The space must include 24 surface/outside parking spaces and accommodate specific Vet Center room designs, including offices, group rooms, restrooms, waiting areas, and support spaces. The lease is fully serviced, encompassing utilities, janitorial services, basic cable, and high-speed internet Wi-Fi. A Tenant Improvement (TI) allowance of $303.00 per ABOA SF is provided, with the Lessor responsible for design and buildout.
Contract Details & Requirements
- Contract Type: Request for Lease Proposals (RLP)
- Lease Term: 20 Years (5-Year Firm), with Government termination rights.
- Occupancy Date: On or about March 31, 2026.
- Space: Minimum 4,520 ABOA SF / 5,424 Rentable Square Feet (RSF).
- Place of Performance: Bakersfield, CA.
- Set-Aside: No specific set-aside, but HUBZone small business concerns may elect to waive price evaluation preference.
- Security: Facility Security Level (FSL) II requirements, including video surveillance, access control, intrusion detection, duress alarms, and nurse call systems, which must be provided, installed, and maintained by the Lessor. Building Specific Amortized Capital (BSAC) costs for security improvements will be negotiated.
- Signage: Exterior and interior signage must comply with detailed VA guides and require VA approval.
- Sound: STC 45 sound isolation for specific rooms and a sound masking system are required.
Submission & Evaluation
Proposals must be submitted by March 31, 2026, 5:00 PM PST, via email to Christy.Snider@va.gov or traditional mail/delivery. Evaluation will be based on a best-value tradeoff process, where technical factors (facility, site, past performance, and experience) are considered more important than price. Offerors must be registered in SAM.gov at the time of award.
Important Forms & Compliance
Offerors must complete and submit various forms, including GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 12000 (Prelease Fire Protection and Life Safety Evaluation), ADA Certification, and Seismic Forms (A-F) to certify compliance or commitment to standards. Compliance with FAR 52.204-24 (telecommunications equipment) and Davis-Bacon Act wage rates (for construction-related work) is also required.