X1AA--FY26 New/Replacement Lease: Ceiba CBOC

SOL #: 36C24825R0110Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

Ceiba, Puerto Rico, Puerto Rico

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 11, 2025
2
Last Updated
Dec 30, 2025
3
Submission Deadline
Feb 16, 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), Network Contracting Office 8, is seeking offers for a FY26 New/Replacement Lease for the Ceiba Community-Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico. This is a Combined Synopsis/Solicitation for a fully serviced, turnkey lease of medical office and related space. Responses are due no later than 3:00 PM ET on February 16, 2026.

Scope of Work & Requirements

The VA requires approximately 15,250 to 15,308 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous medical office and related space, along with a minimum of 87 parking spaces and about 50 ABOA SF for a vending facility. The space must be located within specific geographic boundaries in Ceiba, Puerto Rico (North: Fajardo Beach, East: Los Machos Beach, South: Bennington Road, West: PR-3).

New or existing buildings will be considered, with existing buildings requiring modernization or adaptive reuse and readiness for occupancy by September 1, 2026. The facility must comply with extensive requirements detailed in Exhibit B (Agency Special Requirements) and Exhibit C (Security Requirements FSL Level II). This includes seismic safety, asbestos-free conditions, accessibility, fire protection and life safety, energy efficiency (ENERGY STAR or equivalent), environmental standards, and historic preservation. Offerors must provide documentation proving the property is outside the 100-year flood plain.

Contract Details

This is a fully serviced, turnkey lease with a term of up to 15 years, including a 5-year firm term. The government retains termination rights after the firm term with 90 days' notice. The Product Service Code is X1AA (Lease/Rental Of Office Buildings) and the NAICS Code is 531120 (Lessors of Other Commercial Buildings). While no specific set-aside is designated, the solicitation details specific requirements for Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) status.

Submission & Evaluation

Proposals are due by February 16, 2026, at 3:00 PM ET. Submissions must be emailed to Javier Correa-Ochoa at javier.correaochoa@va.gov. Offerors must fully comply with all requirements and submit supporting documentation as outlined in RLP # 36C248-25-R-0110 and its numerous exhibits, including Exhibit N (Deliverables). Key required submissions include GSA Forms 1217 and 1364, Security and Tenant Improvement Unit Price Lists, proof of ownership/funding, zoning compliance, and Design Intent Drawings (DIDs).

Award will be made to the responsible Offeror whose proposal is most advantageous to the government, considering price and technical factors. Technical factors are significantly more important than price. Evaluation factors include Site-Specific Technical Requirements, Physical Characteristics, Offeror's Qualifications, and Past Performance. Offerors must be registered in SAM.gov.

Key Documents & Compliance

Bidders must review Exhibit G (General Clauses) for standard contractual terms, Exhibit M (Labor Standards Provisions) for Davis-Bacon Act wage rates, and Exhibit I (GSA Form 12000) for fire protection and life safety evaluation. Tenant Improvements (TIs) and security improvements will be paid as a lump sum upon completion and acceptance.

People

Points of Contact

Javier CorreaLease Contracting OfficerPRIMARY

Files

Files

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

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Dec 30, 2025
Version 3
Combined Synopsis/Solicitation
Posted: Sep 30, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Aug 28, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Jul 11, 2025
View