Lease - Kenai Outstation - Alaska
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) is seeking proposals for a 20-year lease of approximately 2,107 ANSI/BOMA square feet of contiguous space for a Vet Center Outstation in Kenai, Alaska. This Request for Lease Proposals (RLP) requires a modern, quality building with specific amenities and parking. Offers are due by May 15, 2026, at 5 PM PST.
Scope of Work
The VA requires a fully serviced lease for clinical space, including janitorial, basic cable, high-speed internet (Wi-Fi), security monitoring, and maintenance. The space must be ground floor, professional, and aesthetically pleasing, allowing for maximum co-location of staff. Key requirements include:
- Approximately 2,107 ANSI/BOMA square feet of contiguous space.
- 20 surface/outside parking spaces for government use.
- Specific room configurations and finishes for lobby, restrooms, reception, offices, group counseling, kitchen, janitorial, storage, and a telecommunications room.
- Advanced telecommunications infrastructure (CAT 6A) and security systems (FSL Level II, CCTV, alarm, Nurse Call system).
- Minimum Sound Transmission Class (STC) of 45 for speech privacy and a sound masking system.
- Compliance with seismic safety, asbestos, accessibility, fire protection, life safety, and energy efficiency standards (ENERGY STAR preferred).
- Environmental due diligence, including a Phase I Environmental Site Assessment.
- Compliance with National Historic Preservation Act requirements.
Contract Details
- Contract Type: Solicitation (Request for Lease Proposals - RLP)
- Lease Term: 20 Years, with a 5-year firm period.
- Product/Service Code: X1AA (Lease/Rental Of Office Buildings)
- NAICS Code: 531120 (Exception)
- Set-Aside: None specified, but HUBZone Small Business Concerns may elect to waive price evaluation preference.
Submission & Evaluation
Proposals must be submitted via email to GARRY.ALEXANDER@VA.GOV by May 15, 2026, at 5 PM PST. The award will be based on a best value tradeoff, where technical merit is considered more important than price. Key evaluation factors include the facility (space layout, conceptual design, aesthetic concept), site characteristics, past performance, and experience. Offerors must be registered in SAM.gov and are required to submit specific forms, including Form 1364 (Proposal to Lease Space), Form 1217 (Lessor's Annual Cost Statement), Form 12000 (Prelease FPLS Evaluation), Seismic Forms A-D, and FAR 52.204-24 Representation.
Important Notes
This RLP package includes numerous detailed documents, such as lease templates (GSA L100), agency-specific requirements (Exhibit B - SOW), security requirements (Exhibit C), and various forms. Offerors must thoroughly review all attached documents to understand the full scope of terms, conditions, and submission requirements.