Dept of Veterans Affairs seeks clinical space in Idaho Falls, ID
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 U.S. Department of Veterans Affairs (DVA) is conducting market research through a Sources Sought / Expression of Interest (EOI) to identify potential sources and suitable locations for a Community Based Outpatient Clinic (CBOC) in Idaho Falls, ID. The DVA seeks a facility between 14,321 and 17,185 ANSI/BOMA Square Feet (ABOA SF), not to exceed 19,333 Rentable Square Feet (RSF), including 100 parking spaces. This is a pre-solicitation notice, not a request for offers. Expressions of Interest are due April 20, 2026.
Scope of Work
The DVA seeks information from offerors capable of performing a lease contract, which includes tenant improvement (TI) build-out of an existing building or design and construction of a new facility on a DVA pre-approved site. The selected contractor will also be responsible for all maintenance and operation requirements for the lease term. Key facility requirements include:
- Space must be on a contiguous ground floor, not bifurcated, and avoid unusual building features.
- Must not be in a FEMA 500-year flood plain and must be zoned for VA's intended use.
- No apartment or living quarters within the same building.
- Requires a loading dock and parking lot accommodating trucks with trailers; structured parking under the space is not permissible.
- Must be compatible with VA's intended use, located near amenities (restaurants, pharmacies, shopping), and public transportation.
- Properties, sidewalks, and parking lots should be level with the main building entrance for patient access.
- Must meet Federal and Local Government requirements for fire safety, physical security, accessibility, and sustainability.
Contract & Timeline
- NAICS Code: 531120 Lessors of Nonresidential Buildings.
- Lease Term: Twenty (20) years (fifteen (15) years firm, five (5) years non-firm).
- Estimated Lease Award: November 30, 2026.
- Anticipated Cost of Tenant Improvements: Between $5 million and $10 million.
- Payment Structure: Monthly rental payments in arrears. TI reimbursement may be a single lump-sum or amortized over the firm term; no progress payments during design or TI phases.
Submission & Evaluation
- EOI Due Date: April 20, 2026, 5:00 PM Central.
- Submission Requirements: Include owner/representative contact info, proof of authority, building address/location, map within delineated area, ingress/egress description, adjacent property uses, FEMA map, evidence of compliance (or willingness to upgrade) for seismic, ABBAS, fire/life safety, and sustainability, narrative/map of proximity to transportation, description of planned development, site plan, floor plan, description of necessary changes, statement of utility availability, and environmental/cultural/historic studies.
- Set-Aside: None specified for this Sources Sought, but specific requirements for Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) and Joint Ventures (JV) are detailed, including registration and capability statements.
Delineated Area
Properties must be located within the Idaho Falls metropolitan area, specifically bounded by E Lincoln Rd, Ammon Rd, W 49th S, 129 S, W Sunnyside Rd, Outlet Blvd, Belin Rd, Grandview Dr, Route 20, Science Center Dr, and E Anderson St.
Additional Notes
This is a market research effort; a solicitation may or may not be issued. Responses should be sent via email to James@dhcres.com and john.bell2@cushwake.com.