Lease - Kenai Outstation - Alaska

SOL #: 36C24W26R0033Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

Kenai, AK

NAICS

Lessors of Real Estate (5311)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Apr 4, 2026, 12:00 AM

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 Network Contract Office 20, is soliciting proposals for a 20-year lease of approximately 2,107 ANSI/BOMA square feet of contiguous clinical space for a Vet Center Outstation in Kenai, Alaska. This opportunity requires a modern, quality building with specific amenities and comprehensive services. Offers are due by April 3, 2026, at 5 PM PST.

Scope of Work

The VA requires a fully serviced lease for prime commercial office space, preferably ground floor, that is professional and aesthetically pleasing. The lease must include janitorial services, basic cable, guest high-speed internet Wi-Fi, security monitoring, and maintenance. Detailed specifications are provided for various areas, including:

  • Space Layout: Specific requirements for lobby, restrooms (ADA accessible), reception, director's office, office manager's office, counselor offices, group counseling/conference room, kitchen/employee break room, janitorial closet, storage room, and a telecommunications room (minimum 80 sq ft with specific environmental controls).
  • Telecommunications: CAT 6A cabling, data outlets, patch panels, and conduit pathways.
  • Security: Compliance with Facility Security Level II (FSL II) requirements, including Lessor-provided security system monitoring, maintenance, CCTV, and alarm systems. Tenant-specific security (key fobs, card readers) is also required.
  • Finishes & Acoustics: Luxury Vinyl Tile/Plank, carpet tile, Corian countertops, specific paint colors, acoustical ceiling panels, and a minimum Sound Transmission Class (STC) of 45 for critical rooms, along with a sound masking system.
  • Exterior & Site: Employee and visitor entrances connecting to public sidewalks, nearby employee services, and public transportation within 2,640 feet. Twenty surface/outside parking spaces are required.
  • Compliance: Adherence to seismic safety, asbestos, accessibility, fire protection, life safety, and energy efficiency standards (ENERGY STAR® label preferred). A Phase I Environmental Site Assessment and compliance with the National Historic Preservation Act are also mandatory.

Contract Details

  • Contract Type: Solicitation for a Leasehold Interest in Real Property.
  • Lease Term: 20 years, with a 5-year firm period. The Government retains termination rights after the firm term with 120 days' notice.
  • Place of Performance: Kenai, AK 99611.
  • Product Service Code: X1AA (Lease/Rental Of Office Buildings).
  • NAICS Code: 531120 (Exception).
  • Set-Aside: Small Business Size Standard applies. HUBZone Small Business Concerns may elect to waive price evaluation preference.

Submission & Evaluation

Offerors must submit proposals using prescribed Government forms, including "Exhibit G - Form 1364 Proposal to Lease Space." Other required forms include the Lessor's Annual Cost Statement (GSA Form 1217), Prelease Fire Protection and Life Safety Evaluation (GSA Form 12000), and Seismic Forms A-D. Offerors must also complete a representation regarding telecommunications and video surveillance services (FAR 52.204-24). The award will be made to the responsible Offeror whose proposal is most advantageous to the Government, based on a best value tradeoff where technical merit is more important than price. Key evaluation factors include Facility (layout, design, aesthetic), Site (characteristics, functionality, quality), Past Performance, and Experience. Proposals are due by April 3, 2026, at 5 PM PST and must be submitted via email to GARRY.ALEXANDER@VA.GOV.

Additional Notes

Bidders should carefully review all attached documents, including the GSA L100 Lease Template, security requirements (FSL II), and general clauses, to understand the full scope of contractual obligations and potential costs, such as Building Specific Amortized Capital (BSAC) for security countermeasures. Compliance with SAM registration is mandatory for award.

People

Points of Contact

Garry J AlexanderPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 10, 2026
Version 1
Solicitation
Posted: Mar 6, 2026
View