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) is soliciting proposals for the relocation and lease of office space for the Hilo Vet Center in Hilo, HI. This Total Small Business Set-Aside opportunity seeks approximately 3,844 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous clinical space. The solicitation has been extended, with proposals now due by May 26, 2026.
Scope of Work
The VA requires a lease for approximately 3,844 ABOA square feet, not exceeding 5,189 rentable square feet (RSF), of contiguous space within a defined Area of Consideration in Hilo, HI (bounded by Wailuku River, Haihai Street, Mamalahoa Hwy, and Komohana Street/ALU Street). The building must be modern, sound, and substantial, meeting specific ANSI/BOMA standards. Key requirements include:
- Parking: 20 surface/outside spaces for Government use.
- Lease Term: 20 Years, with a 10-Year Firm term and Government termination rights after the Firm Term (180 days' notice).
- Tenant Improvements (TI): An allowance of $182.00 per ABOA SF is provided.
- Facility Standards: Compliance with Moderate Seismicity standards, ADA accessibility, Fire Protection & Life Safety, and Energy Efficiency (ENERGY STAR® label generally required).
- Clinical Space Requirements: The lease is for a fully serviced clinical space, including utilities, janitorial services, basic cable, guest Wi-Fi, and security system monitoring. Detailed specifications are provided for staff offices, clinical spaces, waiting areas, group rooms, restrooms, and support areas. This includes specific finishes, sound isolation (STC 45 for critical areas), sound masking systems, and Facility Security Level II requirements (VSS, Access Control, Intrusion Detection, Duress Alarm, Nurse Call).
Contract Details
- Contract Type: Lease agreement (Solicitation).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 531120 (Exception).
- Evaluation Criteria: Best Value Tradeoff, where technical factors (Facility, Site, Past Performance, Experience) are significantly more important than price.
- Award Basis: Award will be made to the responsible offeror whose proposal represents the best value after evaluation and potential discussions.
Submission Requirements
Offerors must submit proposals on prescribed Government forms, including GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). Mandatory requirements include:
- SAM Registration: Offerors must be registered in the System for Award Management (SAM) at the time of award and maintain registration.
- Seismic Compliance: Submission of appropriate seismic compliance forms (Forms A-F) is required, certified by a qualified engineer.
- Telecommunications Representation: Offerors must complete EXHIBIT J (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment).
- Security Pricing: Bidders must understand and price security countermeasures detailed in EXHIBIT C (VA FACILITY SECURITY LEVEL II MEMO AND UNIT PRICE LIST).
- Wage Determination: EXHIBIT I (DOL Wage Determination 2026) for Dallas County, TX, is provided, which bidders should review for labor cost estimation.
Key Dates & Contacts
- Proposal Due Date: May 26, 2026, 9:00 PM ET.
- Primary Contact: Dominic Mabine, Lease Contracting Officer, Dominic.Mabine@va.gov.
- Secondary Contact: Garry Alexander, Garry.Alexander@va.gov.