X1DB-Florence, KY CBOC New Replacing- 36C25025R0029 - SDVSOB Set Aside

SOL #: 26C25025R0029Solicitation

Overview

Buyer

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

Place of Performance

Florence, KY

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
May 21, 2026, 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.

Quick Summary

The Department of Veterans Affairs (VA) is soliciting proposals for a new VA Clinic in Florence, KY, requiring the lease of approximately 16,500 ABOA square feet. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 21, 2026.

Scope of Work

The VA seeks a modern, sound, and substantially constructed building for a new clinic. Key requirements include:

  • Space: Approximately 16,500 ANSI/BOMA Occupant Area (ABOA) square feet of contiguous space.
  • Parking: 150 surface/outside parking spaces, including 15 ADA-compliant spaces, secured and lit.
  • Location: Within a specific Area of Consideration in Florence, KY, with proximity to amenities (restaurants, hotels, pharmacies, shopping, hospital/ER) and public transportation.
  • Building Standards: Single floor preferred, no bifurcated sites, specific column size, not in FEMA 100-year floodplain, zoned for VA use, and not near incompatible uses (e.g., liquor establishments, correctional facilities).
  • Sustainability: Energy efficiency standards, including ENERGY STAR® certification or equivalent within 18 months of occupancy for new buildings, and LEED®-NC credits for Silver level certification for projects 10,000 RSF and above.
  • Security: Facility Security Level II requirements apply.

Contract & Timeline

  • Type: Solicitation (Request for Lease Proposals - RLP)
  • Lease Term: Up to 20 years, including non-firm terms, with government termination rights. Commencement date on or about June 2027.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 531120 (Exception)
  • Proposal Due: May 21, 2026, by 3:00 PM local time.
  • Anticipated Award: On or before September 1, 2026.
  • Published: May 6, 2026 (latest amendment publication).

Submission & Evaluation

  • Submission Method: Electronic via email or VA accessible cloud/server. Paper submissions will not be considered.
  • Evaluation Criteria: Best value tradeoff process, considering price and technical factors. Technical merit becomes more important as proposals become more equal in price.
  • Offer Requirements: Offerors must submit pricing for alternative lease terms (20 years firm, 20-year term/15-year firm, 15-year term/10-year firm). Design Intent Drawings (DIDs) are required prior to Lease Award.

Contact Information

People

Points of Contact

Kenneth StaiduharPRIMARY
Lee GrantSECONDARY

Files

Files

Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: May 6, 2026
Version 4
Solicitation
Posted: Apr 27, 2026
View
Version 3
Solicitation
Posted: Apr 20, 2026
View
Version 2
Solicitation
Posted: Apr 1, 2026
View
Version 1
Solicitation
Posted: Mar 31, 2026
View