X1DB--Expressions of Interest- Revised Santa Maria CBOC Lease
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 U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest (EOI) for approximately 32,955 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF) of clinical space in Santa Maria, CA. This market research aims to identify potential sources for a new Outpatient Clinic, considering both existing buildings and land for new construction (build-to-suit). This opportunity may be set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) concerns. EOI submissions are due by January 28, 2026, at 4:00 PM ET.
Purpose & Scope
The VA intends to lease approximately 32,955 ABOA SF (not to exceed 38,686 Rentable Square Feet (RSF)) of clinical space, along with 200 parking spaces, for an Outpatient Clinic in Santa Maria, CA. This notice is for market research purposes only and is not a solicitation for offers or proposals. The VA will consider leased space in an existing building or land for a build-to-suit lease option.
Lease Requirements
- Location: Properties must be located within a specifically delineated area in Santa Maria, CA, defined by boundary roads.
- Space Configuration: Must be on no more than two contiguous floors, with one being the ground floor. Bifurcated sites, atriums, extremely long/narrow runs, irregularly shaped spaces, or other unusual features adversely affecting usage will not be considered.
- Environmental: Cannot be in a FEMA 100-year flood plain.
- Zoning: Must be zoned for VA's intended use or proof of rezoning capability is required.
- Exclusions: No apartment space or other living quarters within the same building; structured parking under the space is not permissible.
- Compatibility: Must be compatible with VA's intended use and not located in close proximity to incompatible uses (e.g., correctional facilities, railroad tracks, noisy flight paths).
- Amenities & Transportation: Must be in close proximity to amenities (restaurants, pharmacies, shopping) and public transportation (a bus stop within the general vicinity).
Contract Details
- Lease Term: Up to twenty (20) years firm term.
- Construction Magnitude: Anticipated construction/buildout is between $20,000,000 and $50,000,000.
- Payment: VA makes monthly rental payments in arrears upon facility acceptance and may amortize tenant improvements; no progress payments during design or construction phases.
- NAICS Code: 531120 (Lessors of Nonresidential Buildings).
Set-Aside & Eligibility
This procurement may be set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) concerns. SDVOSB/VOSB firms must be certified through SBA's Veteran Small Business Certification (VetCert). Joint Ventures (JVs) must provide specific evidence of SDVOSB/VOSB entity certification, a proper JV Agreement, UEI, CAGE code, and SAM registration. All business concerns are encouraged to respond for market research purposes.
Submission Requirements & Deadline
- EOI Due Date: January 28, 2026, at 4:00 PM ET.
- Submission Method: Email to Brad Seifert (bseifert@ppwashdc.com), with copies to Sam Perminter (Samuel.Perminter@va.gov) and Anntwinette Dupree-Hart (anntwinette.dupree-hart@va.gov).
- Required Information: Includes property owner/representative contact, proof of authority, building address/location, map demonstrating location within the delineated area, ingress/egress description, adjacent property uses, FEMA map, evidence of seismic/ABBAS/fire safety/sustainability compliance (or willingness to upgrade), transportation narrative/map, site plan, floor plan, utility availability, and environmental/cultural studies documentation.
- Capabilities Statement: Must include company details, SDVOSB/VOSB/JV status, SAM registration, a detailed summary of at least two similar projects (30,000 ABOA SF) completed in the past seven years, and evidence of financing capability (for a 30,000 ABOA SF project, dated within 120 days).
Important Notes
This is a notice of a potential opportunity for planning purposes only and does not constitute a solicitation. The Government will not pay for any costs incurred as a result of this advertisement and assumes no responsibility to award a lease based on responses. A Market Survey is estimated for February 2026.