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 17,640 ABOA square feet (23,814-25,004 RSF) of contiguous ground floor space. The contemplated lease term is 20 years, with a 10-year firm term. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by April 24, 2026, at 4:00 PM EST.
Scope of Work
The leased space will serve as a fully serviced, turnkey CBOC, requiring modern, sound construction with all necessary utilities. Key requirements include:
- Space: Contiguous ground floor space, not bifurcated, not in a FEMA 100-year floodplain, zoned for VA use, and compatible with VA's intended clinical use. The space must accommodate detailed functional areas including PACT clinics, audiology, eye, mental health, PM&R, pharmacy, and support services.
- Facilities: Minimum of 100 secured and lit parking spaces, approximately 250 ABOA SF for a vending facility, and proximity to amenities and public transportation.
- Compliance: Adherence to VA Technical Information Library (TIL) standards, Facility Security Level II (FSL II) requirements, seismic safety standards, accessibility codes, fire protection, life safety, and energy efficiency (ENERGY STAR® label). A Phase I Environmental Site Assessment (ESA) is required.
- Lessor Responsibilities: Full building maintenance, janitorial services (meeting JCAHO standards), pest control, snow removal, site/grounds upkeep, and after-hours security.
Contract Details
- Contract Type: Lease Agreement (fully serviced, turnkey).
- Lease Term: 20 years (10-year firm term), with government termination rights.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 531120 (Exception).
- Tenant Improvement (TI) Allowance: $250.00 per ABOA SF.
- Applicable Clauses: Includes various FAR and GSAR clauses, Davis-Bacon wage rates, and specific representations regarding telecommunications equipment (FAR 52.204-24) and ByteDance applications (FAR 52.204-27).
Submission & Evaluation
- Proposals Due: April 24, 2026, by 4:00 PM EST.
- Submission Method: Email to andre.pharms@va.gov, jeffrey.deering@va.gov, and smonkewicz@crcre.com.
- Proposal Format: Two separate volumes: Volume 1 (Technical Proposal) and Volume 2 (Price Proposal). 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.
- Required Forms: Offerors must complete forms such as GSA Form 1364 (Proposal to Lease Space), GSA Form 527 (Contractor's Qualifications and Financial Information), and a comprehensive Offeror Compliance Matrix.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) prior to lease award. Questions regarding the RLP were due by March 27, 2026. Interested parties should review all 21 RLP documents, including the Broker Commission Agreement (Exhibit U), which requires a separate email request.