X1DB--Primary Care Annex Lease - Saginaw-Auburn MI

SOL #: 36C25024AP6279Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Saginaw-Aurburn

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
Oct 14, 2024
2
Last Updated
Sep 26, 2025
3
Response Deadline
Oct 10, 2025, 7:00 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.

PRE- SOLICITATION NOTICE 36C250-24-AP-6279 - 2

AMENDMENT

SAM-NOTICE 36C250-24-AP-6279-3

SAGINAW-AUBURN ANNEX, MICHIGAN

The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for

25,000 American National Standards Institute/Building Owners & Managers Association (ANSI/BOMA) of Space in Saginaw (Auburn), Michigan

Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a Request or Solicitation for Offers, nor is it a request for lease proposals. The purpose of this advertisement is to identify potential sources and suitable locations and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. An RLP may or may not be released. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability, or completeness of contents of the furnished information found within this advertisement; Government is under no obligation to respond to and is unable to answer any inquiries regarding this advertisement. The NAICS Code is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $34 Million.

The Department of Veterans Affairs (VA) IS ALSO conducting market research, seeking capable sources that are classified and registered at https://veterans.certify.sba.gov/ as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the Department of Veterans Affairs.

Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.

Contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, IN 46240

Description: The Department of Veterans Affairs seeks to lease 25,000 ABOA square feet (SF) of space and 150 parking spaces for use by the VA as a Primary Care Annex. The space shall be located within the delineated area stated below. VA will consider space located in an existing building as well as a building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only. ABOA is generally defined as the space remaining once common areas, lessor areas, and non-programmatic areas required by code are deducted from the rentable square feet of the facility. ABOA does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code.

VA will provide all detailed definitions, should a solicitation for offers or request for proposals be issued for this project.

Lease Term: Not to Exceed 20 years.

Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines:

North: Wheeler Road

West: Waldo Ave.; S Saginaw Rd;

South: Hotchkiss Rd Milner Rd; 84/Westside Saginaw Rd;

East: 2 Mile Road

See the below-delineated area map for further clarification of the boundaries of the delineated area.

ADDITIONAL REQUIREMENTS FOR SUBMISSIONS:

Offered Space must be a fully serviced lease.

Offered Space must be located within one building.

Offered Space should preferably be located on the first (1st) floors and one single floor.

If the offered space is above the first (1st) floor, a minimum of one (1) passenger elevator and one (1) combination (passenger/freight) elevator must be provided.

Offered Space must be at least 4 acres.

Offered Space must be zoned for VA s intended use by the time initial offers are due.

Offered Space must be compatible with VA s intended use.

Offered Space must be located in proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building.

Offered Space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacies, and shopping.

Offered Space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department.

Offered Space must be easily accessible to multiple major highways which provide multiple routes of travel.

Offered Space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or requests for proposals.

Offered Space should preferably be able to handle 50% percent building growth at least minimum of 4-1/2 acres of land.

Offered Space will not be considered if it is a bifurcated, inclusive of parking.

Offered Space configurations will not be considered: Space with atriums, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.

Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet

Offered Space cannot be in the FEMA 1-percent-annual-chance floodplain (formerly referred to as 100-year floodplain)

Offered Space will not be considered if located in close proximity (¼-mile) to a property with incompatible uses, including but not limited to the following uses: liquor establishments, dispensaries, treatment centers, correctional facilities, where firearms are sold/discharged.

Offered Space will not be considered if located in close proximity to railroad tracks or within flight paths.

Offered Space will not be considered if located in close proximity to residential or industrial areas.

Offered Space will not be considered if the location is irregularly shaped.

Offered Space will not be considered where apartment space or other living quarters are located within the same building.

Offered Space will not be considered where structured parking is under the space.

ALL SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION:

Name and address of current property owner.

Address or described location of building.

Location on a map, demonstrating the building lies within the Delineated Area; A statement as to whether the building lies within the Delineated Area.

Description of ingress/egress to the building from a public right-of-way.

Description of the uses of adjacent properties.

FEMA map of location evidencing floodplain status.

A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction.

Site plan depicting the property boundaries, building, and parking.

A document indicating the type of zoning.

A description of any changes to the property necessary to be compatible with VA s intended use.

Building owners shall provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by the property owner to submit the building to VA for development1

Any information related to title issues, easements, and restrictions on the use of the building1

A statement indicating the current availability of utilities serving the proposed space or property.

If you are qualified as a Veteran Owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $34 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited but not required to submit a Capabilities Statement.

Market Survey (Estimated): October 2025

Occupancy (Estimated): FY 2026-2027

All interested parties must respond to this advertisement no later than October 10, 2025, at 3:00 P.M. LOCAL TIME.

Please submit your response (electronic) to:

Lisa Newlin Lisa.Newlin@va.gov Lee Grant Lee.Grant@va.gov

Attachment - VOSB or SDVOSB Status

This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued.

The NAICS Code for this procurement is [531120 Lessors of Nonresidential Buildings], and the small business size standard is $34 million. Responses to this notice will assist in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 8127.

The magnitude of the anticipated construction/buildout for this project is:

__ (a) Less than $25,000;

__ (b) Between $25,000 and $100,000;

__ (c) Between $100,000 and $250,000;

__ (d) Between $250,000 and $500,000;

__ (e) Between $500,000 and $1,000,000;

__ (f) Between $1,000,000 and $2,000,000;

__ (g) Between $2,000,000 and $5,000,000;

X (h) Between $5,000,000 and $10,000,000;

__ (i) Between $10,000,000 and $20,000,000;

__ (j) Between $20,000,000 and $50,000,000;

__ (k) Between $50,000,000 and $100,000,000;

__ (l) More than $100,000,000.

VA makes monthly rental payments in arrears upon facility acceptance and may elect to make a single lump-sum payment or amortize over the course of the firm term for specified tenant improvements. VA makes no-progress payments during the design or construction/build-out phases of the project.

Project Requirements: This Pre-Solicitation Notice seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on the Technical Information Library at the following link: https://www.cfm.va.gov/til/leasing.asp .

SDVOSB and VOSB firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in https://veterans.certify.sba.gov/. All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project. A submission checklist and information sheet are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement.

CAPABILITIES STATEMENT

SUBMISSION CHECKLIST AND INFORMATION SHEET

Saginaw-Auburn, MI Lease Sources Sought Notice

Company name: __________________________________________

Company address: __________________________________________

Experian Business ID Number: __________________________________________

UEI Number: __________________________________________

Point of contact: __________________________________________

Phone number: __________________________________________

Email address: __________________________________________

The following items are attached to this Capabilities Statement:

Evidence of SDVOSB or VOSB status through registration at https://veterans.certify.sba.gov/;

Evidence of ability to offer as a small business under NAICS Code [531120] and listing in the System for Award Management (www.SAM.gov), with representations and certifications.

A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or healthcare facilities relevant to the project description above. (input project specific NUSF and RSF) (3-page limit); and

Evidence of capability to obtain financing for a project of this size.

If desired, the company may also submit a narrative describing its capability, not-to-exceed two (2) pages.

Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes.

By: _________________________________________________

(Signature)

__________________________________________________

(Print Name, Title, Date)

People

Points of Contact

Lisa NewlinLeasing Contract SpecialistPRIMARY
|
Lee Grant - Lee.Grant@va.gov

Files

Files

View
Download
Download
View
Download
View

Versions

Version 4Viewing
Pre-Solicitation
Posted: Sep 26, 2025
Version 3
Pre-Solicitation
Posted: Sep 26, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 20, 2024
View
Version 1
Pre-Solicitation
Posted: Oct 14, 2024
View
X1DB--Primary Care Annex Lease - Saginaw-Auburn MI | GovScope