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 new/replacing lease for a Mental Health Clinic in McAllen, Texas. This opportunity, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requires approximately 17,088 rentable square feet (RSF) of contiguous space. The contemplated lease term includes a 10-year firm term and a 10-year soft term. Proposals are due by February 20, 2026, at 4:00 p.m. local time.

Purpose & Scope

The VA seeks a modern, quality building to house a Behavioral Health (BH) Clinic for the VA Texas Valley Coastal Bend Health Care System (TVCBHCS). The facility must accommodate approximately 50 staff, operate Monday through Friday from 6:30 AM to 6:30 PM, and be located within 9 minutes of an ambulance dispatch center, avoiding proximity to adult entertainment or alcohol industries. Key functional areas include reception, waiting, consultation, group rooms, program support (HUB), and secured telecommunications.

Lessor responsibilities include providing approximately 100 surface/outside parking spaces (with 15 ADA-accessible, others within 100 feet), ensuring public utilities are available with separate meters, and delivering comprehensive housekeeping services (routine cleaning, disinfection, trash removal, often after business hours). The Lessor is also responsible for full building maintenance, including systems, equipment, grounds, monthly pest control (including bed bugs), and landscaping. A waste management program aiming for 75% non-hazardous solid waste diversion is required.

Mandatory tenant improvements encompass electronic security systems (Intrusion Detection, Panic Alarm, Video-Cameras Assessment-Recording and Surveillance, Duress/Security Phones/Intercom), IT security infrastructure compliant with VA Handbook 0730, emergency power and lighting, consultation rooms meeting PACT and VA Design Manual criteria, and OIT EHRM infrastructure upgrades. The facility must comply with seismic safety, asbestos, accessibility, fire protection, life safety, and energy efficiency (ENERGY STAR) standards. Environmental due diligence (Phase I ESA) and National Historic Preservation Act compliance are also required.

Contract Details

  • Type: Solicitation for a fully serviced lease.
  • Term: 20 Years (10-year firm, 10-year soft). Government termination rights are available after the firm term with 90 days' notice.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 531120 (Exception).
  • Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics).

Submission & Evaluation

Proposals must be submitted in two volumes: Technical Proposal and Price Proposal. Evaluation will consider price and technical factors, including location, technical quality, offeror qualifications, past performance, design team/GC qualifications, delivery schedule, and operations & maintenance plan. The award will be made to the responsible Offeror whose proposal represents the best value to the Government. Offerors must be registered in the System for Award Management (SAM) prior to award and maintain registration throughout performance.

Numerous exhibits and forms are required, including GSA 3516 (Solicitation Provisions), GSA 1217 (Lessor's Annual Cost Statement), Past Performance Questionnaire, Tenant Improvements Cost Summary (TICS), FAR 52.204-24 Representation, GSA Lease Template (L100), GSA 3517B (General Clauses), Facility Security Level I (FSL I) requirements, DOL Wage Determination, GSA 12000 (Fire Protection and Life Safety Evaluation), SF330 (Architect-Engineer Qualifications), and GSA Form 527 (Contractor's Qualifications and Financial Information).

Key Dates

  • Proposals Due: February 20, 2026, at 4:00 p.m. local time (EST).
  • Published Date: January 30, 2026.

Contact Information

People

Points of Contact

Andre PharmsPRIMARY
Jeffrey R. DeeringSECONDARY

Files

Files

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

Versions

Version 4
Solicitation
Posted: Feb 13, 2026
View
Version 3
Solicitation
Posted: Jan 30, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 30, 2026
Version 1
Solicitation
Posted: Dec 30, 2025
View