Request for Lease Proposal (RLP) Grants Pass OR
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.
Opportunity Overview
The Veterans Health Administration (VHA) is soliciting proposals for a Request for Lease Proposal (RLP) to establish a Community Based Outpatient Clinic (CBOC) in Grants Pass, Oregon. The Government seeks a minimum of 18,810 to a maximum of 19,800 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet of contiguous space, with a maximum of 23,909 rentable square feet (RSF).
Scope of Requirements
The lease will be a fully serviced, turnkey lease for a 15-year firm term. The selected facility must be modern, in good condition, and provide 55 surface parking spaces. Key requirements include: contiguous space on no more than two floors, bicycle parking, and compliance with Facility Security Level (FSL) requirements, seismic standards (VA Handbook H-18-8), accessibility guidelines, fire protection, and energy efficiency (ENERGY STAR® label). The space must be free of asbestos-containing materials and hazardous environmental conditions. A Tenant Improvement Allowance (TIA) of $7,100,000.00 is provided for finishes and fixtures.
Key Documents & Forms
Bidders must review and complete several critical documents:
- Draft Lease Agreement (Exhibit A): Outlines lease terms, rent, TIA, and construction standards.
- VA Special Requirements (Exhibit B): Details specific design, construction, maintenance, and janitorial service requirements, including room listings and space requirements (Exhibit B1).
- VA Security Requirements (Exhibit C): Specifies FSL Level II security criteria for site, structure, entrance, interior, and systems.
- GSA Form 1364 (Exhibit F): Proposal to Lease Space form.
- GSA Form 1217 (Exhibit G): Lessor's Annual Cost Statement.
- Form 12000 FLS Part A (Exhibit H): Fire and Life Safety information for spaces below the 6th floor.
- Seismic Offer Forms (Exhibit I): Required to demonstrate seismic compliance.
- DB Wage (Exhibit J): Prevailing wage rates for construction in Josephine County, OR.
- GSA Form 527 (Exhibit L): Contractor's Qualifications and Financial Information.
- SF330 (Exhibit M): Architect-Engineer Qualifications.
- TICS Template (Exhibit O): Tenant Improvement Cost Summary template.
- New Construction Clauses (Exhibit Q): Specific clauses for new construction projects.
- Broker Project Exhibits (P & T): Detail broker commission structures and payment terms.
- Sensitive Information Attachment (Exhibit R): Outlines the process for requesting sensitive RLP documentation not posted on SAM.gov.
Submission and Evaluation
Offers are due by May 5, 2026, and must be submitted electronically via email. Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering price and technical factors. Technical factors, including Technical Quality, Offeror's Qualifications and Past Performance, Location, Operations & Maintenance Plan, Delivery Schedule, and Socio-Economic Status, are weighted more heavily than price. The NAICS Code is 531120 (Exception), and small business concerns are encouraged to apply, with specific goals for small business subcontracting outlined.
Contact Information
Primary Contact: Timothy Pavek (tpavek@crcre.com, 9257902134) Secondary Contact: Deborah Greer (Deborah.Greer@va.gov)