X1AA--Grayson Replacement CBOC
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) is soliciting proposals for a fully serviced, turnkey lease for a Community Based Outpatient Clinic (CBOC) in Grayson County, Kentucky. The VA requires 19,500 to 19,900 ABOA square feet of contiguous space, with a minimum of 130 on-site parking spaces. The lease term will be up to 20 years (10 years firm, 10 years non-firm). Proposals are due March 5, 2026, at 3:00 PM Central Time.
Purpose & Scope
This opportunity seeks to lease real property for a replacement CBOC within a specific delineated area of Grayson County, KY, bounded by US-62 (North), KY-224 (East), Western Kentucky Parkway/KY-1214/Sulphur Well Rd/Grant Rd/Bloomington Rd/Anneta Rd/Western Kentucky Parkway (South), and KY-79 (West). The VA will consider both existing buildings and land for new construction (build-to-suit). The Lessor will be responsible for designing and building all Tenant Improvements (TI) and covering all shell upgrades, operating costs, real estate taxes, and security upgrades.
The facility must be of modern, sound construction, meeting all federal, state, and local building codes, including fire, life safety, accessibility, sustainability, zoning, and OSHA standards. Detailed design, construction, and technical requirements are outlined in various exhibits, including specific notes and a sample floor plan (Exhibit Q), a program for design (Exhibit P), and agency-specific requirements (Exhibit B). Stringent security requirements (FSL Level II) are detailed in Exhibits C and I, and compliance with seismic safety (Exhibit J) and fire protection/life safety (Exhibit H) is mandatory.
Contract Details
- Type: Combined Synopsis/Solicitation for a Leasehold Interest (Product Service Code: X1AA - Lease/Rental Of Office Buildings).
- NAICS: 531120.
- Term: Up to 20 years (10 years firm, 10 years non-firm).
- Pricing: Firm-fixed-price lease. The Government is limited to paying no more than the appraised fair rental value and will not pay any broker fees.
- Set-Aside: No specific set-aside is designated for this prime contract. However, prime contractors will be required to submit a Small Business Subcontracting Plan (Exhibit O) outlining goals for various small business categories.
Submission & Evaluation
- Proposals Due: March 5, 2026, 3:00 PM Central Time.
- Questions Due: February 16, 2026, 3:00 PM Central Time, via email only to the Lease Contracting Officer (LCO). An amendment addressing questions will be issued by February 19, 2026.
- Past Performance Questionnaires: Assessors must submit completed questionnaires by February 20, 2026, 3:00 PM CST, directly to angela.bailey5@va.gov.
- Evaluation: Proposals will be evaluated based on a best-value tradeoff, considering Technical Capability, Past Performance, and Price.
- Required Forms: Offerors must utilize prescribed Government forms, including Form 1364 (Proposal to Lease Space), Form 1217 (Lessor's Annual Cost Statement), and the Tenant Improvements Cost Summary (TICS) Table (Exhibit L). Compliance with FAR 52.204-24 regarding telecommunications equipment is also required.
- Contact: Angela Bailey, Lease Contracting Officer, angela.bailey5@va.gov.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). The Government assumes no financial responsibility for costs incurred in preparing proposals. Compliance with Department of Labor Wage Determinations (Exhibit K) may be applicable for construction aspects.