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 seeking proposals for a 15-year firm lease for a new Community Based Outpatient Clinic (CBOC) in Grants Pass, OR. This is a fully serviced, turnkey lease requiring a minimum of 18,810 to a maximum of 19,800 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous space, with a maximum of 23,909 rentable square feet (RSF). The lease includes shell upgrades, Tenant Improvements (TIs), operating costs, real estate taxes, and security upgrades. An allowance of $7,100,000.00 is provided for Tenant Improvements.
Key Requirements & Scope
Offerors must provide a modern building in good condition, capable of meeting VHA standards. Key requirements include:
- Space Configuration: Contiguous space on no more than two floors, with passenger elevators if above ground.
- Parking: Minimum of 55 surface/outside parking spaces for Government use, plus local jurisdiction code requirements.
- Security: Facility Security Level (FSL) II compliance, including blast resistance, access control, and security systems (VSS, IDS, duress alarms). Sensitive security information is available upon request (Exhibit R).
- Seismic Safety: Buildings must comply with VA HANDBOOK H-18-8 Seismic Design Requirements, requiring specific certifications and design standards (Forms A-F).
- Accessibility & Safety: Compliance with accessibility requirements, asbestos-free space, and adherence to fire protection and life safety standards (e.g., NFPA 101, automatic fire sprinkler systems).
- Environmental & Energy: Buildings must generally have an ENERGY STAR® label, meet 2021 IECC and 2019 ASHRAE Standard 90.1, and comply with environmental and historic preservation acts.
- Maintenance & Janitorial: Lessor is responsible for total maintenance and comprehensive janitorial services as detailed in Exhibit B.
Contract Details & Submission
- Contract Type: Solicitation (Request for Lease Proposal - RLP).
- Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics).
- NAICS Code: 531120 (Exception).
- Set-Aside: None specified, but small business concerns are encouraged to apply.
- Submission Method: Electronic submission via email.
- Required Forms: Offerors must complete and submit various forms, including GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 527 (Contractor's Qualifications and Financial Information), SF330 (Architect-Engineer Qualifications), and specific seismic and fire/life safety forms.
- Broker Information: CARPENTER/ROBBINS COMMERCIAL REAL ESTATE, INC. is VHA's authorized broker. The Lessor is responsible for paying a commission, capped at $1,500,000.00.
Evaluation Criteria
Award will be made to the responsible Offeror whose proposal represents the best value to the Government, considering price and technical factors. Technical factors are weighted more heavily than price, including Technical Quality, Offeror's Qualifications and Past Performance, Location, Operations & Maintenance Plan, Delivery Schedule, and Socio-Economic Status.
Key Dates & Contacts
- Offer Due Date: June 1, 2026 (extended by Amendment No. 1).
- Primary Contact: Timothy Pavek, tpavek@crcre.com, 925-790-2134.
- Secondary Contact: Deborah Greer, Deborah.Greer@va.gov.