X1AA--HAWAII - HILO VET CENTER - RELOCATION
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), through its RPO WEST (36C24W) office, is soliciting proposals for the relocation of the Hilo Vet Center in Hilo, Hawaii. This Total Small Business Set-Aside opportunity seeks a lease for approximately 3,844 ANSI/BOMA Occupant Area (ABOA) square feet, not exceeding 5,189 rentable square feet (RSF), of contiguous space. The lease term is 20 years, with 10 years firm. Proposals are due by March 26, 2026, at 4:00 PM CST.
Scope of Work
The required space must be located within a specific Area of Consideration in Hilo, HI, bounded by Wailuku River (North), Haihai Street (South), Mamalahoa Hwy (East), and Komohana Street/ALU Street (West). The building must be of modern, sound, and substantial construction, meeting specific ANSI/BOMA standards, and must comply with Moderate Seismicity standards. Key requirements include 20 surface parking spaces, potential roof space for an antenna, and provisions for Government-provided vending machines. The lease will be Fully Serviced, with the Lessor responsible for utilities, janitorial services, basic cable, guest Wi-Fi, and security system monitoring. Detailed space requirements are provided for staff offices, clinical areas, waiting rooms, group rooms, and support areas, including specific finishes, sound isolation (STC 45), and Facility Security Level II systems (VSS, Access Control, Intrusion Detection, Duress Alarm, Nurse Call).
Contract & Timeline
- Contract Type: Lease agreement (Solicitation)
- Lease Term: 20 Years, 10 Years Firm, with Government termination rights after the Firm Term.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 531120 (Exception)
- Proposal Submission Deadline: March 26, 2026, no later than 4:00 PM CST.
- Published Date: February 26, 2026.
- Occupancy Date: On or about TBD, or upon acceptance of the Space.
Evaluation & Submission
Proposals will be evaluated using a Best Value Tradeoff approach, where technical factors (Facility, Site, Past Performance, Experience) are significantly more important than price. Offerors must submit proposals via email or traditional mail/delivery. Mandatory requirements include SAM.gov registration at the time of award and throughout contract performance. Offerors must also complete forms related to seismic compliance, telecommunications equipment representation, and provide detailed cost breakdowns using GSA Form 1217 (Lessor's Annual Cost Statement) and GSA Form 1364 (Proposal to Lease Space).
Key Attachments & Compliance
Offerors must adhere to specific solicitation provisions and general clauses, including those related to prompt payment, labor standards (applicable wage determination), and cybersecurity. The Tenant Improvement (TI) Allowance is $182.00 per ABOA SF, with Building Specific Amortized Capital (BSAC) pricing included. Compliance with environmental, historic preservation, accessibility, fire protection, and energy efficiency standards is also required.
Contact Information
- Primary Contact: Dominic Mabine, Lease Contracting Officer, Dominic.Mabine@va.gov.