RLP. 36C24W26R0013 (New Replacing Lease) CBOC in Horizon City, Texas
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.
Quick Summary
The Department of Veterans Affairs (VA), specifically RPO WEST (36C24W), is soliciting proposals for a new replacing lease for a Community-Based Outpatient Clinic (CBOC) in Horizon City, Texas. This opportunity seeks approximately 23,814 rentable square feet (17,640 ABOA SF) of clinical space. The contemplated lease term is 20 years, including a 10-year firm term. Proposals are due April 24, 2026, by 4:00 PM EST.
Opportunity Overview
The VA requires a fully serviced, turnkey lease for a CBOC facility. The space must be contiguous, on the ground floor, and located in a professional setting within 0.10 miles of public transportation. The building must be of modern, sound construction, in good condition, and meet current VA Technical Information Library (TIL) standards, federal laws, building/fire codes, and ADA requirements.
Scope of Work / Facility Requirements
The leased space will accommodate various clinical operations, including Lobby/Reception, multiple Patient Aligned Care Team (PACT) Clinics, Audiology, Eye, Mental Health, Physical Medicine and Rehabilitation (PM&R), Prosthetics, Pathology and Laboratory Medicine (PLM), Pharmacy, Clinic Management, Logistics, Police, and Canteen services, along with essential support areas. Key requirements include:
- Space Size: Minimum 23,814 RSF (17,640 ABOA SF), maximum 25,004 RSF.
- Parking: Minimum of 100 secured and lit government-reserved parking spaces.
- Vending Facility: Approximately 250 ABOA SF.
- Location Restrictions: Not in a FEMA 100-year floodplain, must be zoned for VA use, no residential quarters in the same building, and not near incompatible uses (e.g., liquor stores, jails).
- Building Standards: Compliance with seismic safety standards, asbestos regulations (no ACM or only undamaged, nonfriable), energy efficiency (ENERGY STAR® label or equivalent), and comprehensive fire protection and life safety systems.
- Security: Facility Security Level II (FSL II) requirements, including physical access control, video surveillance, intrusion detection, and duress alarms. The CBOC will be subject to full accreditation by The Joint Commission.
Contract Details
- Contract Type: Fully serviced, turnkey lease (Product Service Code: X1DB - Lease/Rental Of Laboratories And Clinics).
- Lease Term: 20 years (10-year firm term).
- Tenant Improvement (TI) Allowance: $250.00 per ABOA SF.
- Building Specific Amortized Capital (BSAC) Allowance: This allowance has been removed and does not apply to this solicitation.
- NAICS Code: 531120.
Submission & Evaluation
- Proposals Due: April 24, 2026, by 4:00 PM EST.
- Submission Method: Email only to Andre.Pharms@va.gov, Jeffrey.Deering@va.gov, and Smonkewicz@cre.com.
- Proposal Format: Two separate volumes (Technical and Price), submitted as three separate PDF files (Technical, Pricing, Evaluation Criteria). Technical proposals must not contain pricing information.
- Evaluation Criteria: Best value tradeoff process, considering Site, Facility, Experience, Past Performance, and Socio-Economic Status. Site is the most important factor.
Eligibility & Compliance
- Set-Aside: This procurement is not set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or any other category.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- FAR Compliance: Offerors must comply with FAR 52.204-24 (telecommunications and video surveillance services/equipment) and FAR 52.204-27 (prohibition on ByteDance covered applications).
- Wage Rates: Davis-Bacon wage rates (GDN TX20260245, effective 01/02/2026) apply for construction.
Key Attachments & Contacts
Offerors should review the comprehensive Request for Lease Proposal (RLP) documents, including the Offeror Submittal Checklist (EXH S), GSA Form 1364 (Proposal to Lease Space), GSA Form 527 (Contractor's Qualifications and Financial Information), and Seismic Offer Forms (EXH J). Primary contacts for this opportunity are Andre Pharms (andre.pharms@va.gov) and Jeffrey R. Deering (jeffrey.deering@va.gov).