McAllen Texas Mental Health Clinic (New Replacing Lease)

SOL #: 36C24W26R0010Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States

Place of Performance

McAllen, TX

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 30, 2025
2
Last Updated
Feb 13, 2026
3
Submission Deadline
Feb 20, 2026, 9:00 PM

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 soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside lease opportunity for a Mental Health Clinic in McAllen, Texas. The VA seeks approximately 17,088 rentable square feet (RSF) of modern, quality space for a fully serviced lease. The contemplated lease term is 20 years, with a 10-year firm term. Proposals are due by February 20, 2026, at 4:00 PM Eastern Standard Time.

Scope of Work

The leased space will serve as a Behavioral Health Clinic for the VA Texas Valley Coastal Bend Health Care System. Key requirements include:

  • Space: Approximately 17,088 RSF, single-floor, accommodating about 50 staff, with specific areas for reception, waiting, consultation, group therapy, program support, housekeeping, restrooms, break room, security, and a secured telecommunications room. The facility must be within 9 minutes of an ambulance dispatch center and not near adult entertainment or alcohol industries.
  • Parking: Approximately 100 surface parking spaces, including at least 15 dedicated ADA spaces, immediately adjacent to the main entrance. All other spaces must be within 100 feet, with adequate lighting and security monitoring.
  • Services: The Lessor is responsible for all public utilities (with separate meters), comprehensive janitorial services (including routine cleaning and disinfection with specific frequencies), and full building maintenance (systems, equipment, grounds, pest control, landscape maintenance).
  • Waste Management: Lessor must provide exterior space for trash/recyclables and implement a waste management program to divert 75% of non-hazardous solid waste from landfills. The Government is responsible for hazardous waste disposal.
  • Tenant Improvements: The facility may require significant tenant improvements, including electronic security systems (IDS, Panic, VASS, DSIP), IT security systems (cable trays, data/telecom cable per VA Handbook 0730), emergency power/lighting, consultation rooms meeting PACT/VA Design Manual criteria, and OIT EHRM infrastructure upgrades.
  • Security & Safety: The facility must meet Facility Security Level I (FSL I) requirements, covering site, structure, entrance, interior, and security systems criteria, including blast resistance and cybersecurity measures. Fire protection and life safety systems will be evaluated using GSA Form 12000.

Contract Details

  • Contract Type: Fully Serviced Lease
  • Lease Term: 20 Years total, with a 10-Year Firm Term. The Government retains termination rights after the firm term with 90 days' notice.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics)
  • NAICS Code: 531120 (Exception)
  • Place of Performance: McAllen, TX

Submission & Evaluation

  • Proposal Due: February 20, 2026, at 4:00 PM Eastern Standard Time.
  • Submission: Proposals must be submitted in two volumes: Technical Proposal and Price Proposal. Offerors should review the Request for Lease Proposal (RLP) and all associated exhibits for detailed instructions.
  • Evaluation Factors: Award will be based on a best value determination considering both price and technical factors, including location, technical quality, offeror qualifications, past performance, design team/General Contractor qualifications, delivery schedule, and operations & maintenance plan.
  • Required Forms: Key forms include GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 3516 (Solicitation Provisions), GSA Form 3517B (General Clauses), SF330 (Architect-Engineer Qualifications if applicable), GSA Form 527 (Contractor's Qualifications and Financial Information), and a Past Performance Questionnaire. Offerors must also complete a representation regarding telecommunications and video surveillance equipment (FAR 52.204-24) and comply with Department of Labor Wage Determinations for Hidalgo County, TX.
  • Eligibility: Offerors must be registered in the System for Award Management (SAM) prior to award and maintain registration.

Contact Information

People

Points of Contact

Andre PharmsPRIMARY
Jeffrey R. DeeringSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Feb 13, 2026
View
Version 3
Solicitation
Posted: Jan 30, 2026
View
Version 2
Solicitation
Posted: Jan 30, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 30, 2025
McAllen Texas Mental Health Clinic (New Replacing Lease) | GovScope