RLP. 36C24W26R0013 (New Replacing Lease) CBOC in Horizon City, Texas

SOL #: 36C24W26R0013Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States

Place of Performance

Horizon City, TX

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
Apr 24, 2026, 8:00 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), 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).

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

Versions

Version 7Viewing
Solicitation
Posted: Apr 14, 2026
Version 6
Solicitation
Posted: Apr 3, 2026
View
Version 5
Solicitation
Posted: Mar 28, 2026
View
Version 4
Solicitation
Posted: Mar 20, 2026
View
Version 3
Solicitation
Posted: Mar 15, 2026
View
Version 2
Solicitation
Posted: Feb 23, 2026
View
Version 1
Solicitation
Posted: Feb 18, 2026
View