LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC)

SOL #: 36C24W26R0028Solicitation

Overview

Buyer

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

Place of Performance

Paso Robles, CA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 20, 2026
2
Submission Deadline
Mar 28, 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), Network Contract Office 20, is soliciting proposals for a lease of approximately 5,155 ABOA square feet (not exceeding 6,959 rentable square feet) for a Community Based Outreach Clinic (CBOC) in Paso Robles, California. The lease term is 10 Years, 10 Years Firm. Offers are due March 27, 2026, by 5:00 PM PST.

Scope of Work & Space Requirements

The VA seeks a modern, quality building in good condition, compliant with specific facade materials. Key requirements include:

  • Space: Approximately 5,155 ABOA SF (up to 6,959 RSF), not below ground, with an elevator if not at ground level. Detailed room-by-room specifications are provided in Exhibit B.
  • Parking: 23 secured and lit surface parking spaces; no structured/inside parking required.
  • Accessibility: Must meet ABAAS, ADA, and VA's Barrier Free Design Guide standards, including automatic entrance doors.
  • Infrastructure: T-3 communication and voice lines. Government may require roof space for antenna installation.
  • Location: Connected to public sidewalks, with amenities (restaurants, retail, banks, cleaners) within immediate vicinity and accessible via continuous sidewalks. Transit accessibility within 2,640 feet is required.
  • Environmental & Safety: No known hazardous conditions; requires a Phase I Environmental Site Assessment (ESA). Compliance with NEPA and NHPA. Building must comply with Seismic Standards (requiring a certificate or retrofit commitment). Space must be free of asbestos-containing materials (ACM) or contain only undamaged, nonfriable ACM.
  • Energy Efficiency: Buildings generally require an ENERGY STAR® label within 12 months prior to proposal, with specific exceptions and improvement requirements.
  • Security: Facility Security Level II requirements (Exhibit C) must be met, covering access control, security systems (VSS, IDS, Duress Alarms), and cybersecurity.
  • Tenant Improvements: A Tenant Improvement (TI) allowance of $450.00 per ABOA SF is provided, with Building Specific Amortized Capital (BSAC) included in the TI price.

Contract & Timeline

  • Contract Type: Lease Agreement (Solicitation / RLP)
  • Lease Term: 10 Years, 10 Years Firm, with Government termination rights after the firm term.
  • Product Service Code: X1AA (Lease/Rental Of Office Buildings)
  • NAICS Code: 531120 (Small Business Size Standard: $41.5 Million)
  • Offers Due: March 27, 2026, by 5:00 PM PST
  • Published Date: February 20, 2026

Submission & Evaluation

Offerors must submit a comprehensive proposal, including GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). Proposals should be sent via email to GARRY.ALEXANDER@VA.GOV or via US Mail/hand delivery to Regional Procurement Office - West. Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, with technical factors (Facility, Site, Past Performance, Experience) significantly more important than price. Offerors must be registered in SAM at the time of award. HUBZone small business concerns may waive the price evaluation preference.

Required Forms & Compliance

Bidders must complete various forms, including GSA Form 3518 (Representations and Certifications), GSA Form 12000 (Prelease Fire Protection and Life Safety Evaluation), applicable Seismic Forms (A-F), and FAR 52.204-24 Representation regarding telecommunications equipment. Compliance with the Department of Labor Wage Determination (Exhibit K) and Infection Control Risk Assessments (Exhibit L) is also required for any construction or renovation activities.

People

Points of Contact

Garry AlexanderPRIMARY

Files

Files

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

Versions

Version 1Viewing
Solicitation
Posted: Feb 20, 2026
LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC) | GovScope