FY26 New Lease: Titusville CBOC Amendment 0004
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), Network Contracting Office 7, is soliciting proposals for a new lease for the Titusville Community Based Outpatient Clinic (CBOC) in Titusville, Florida. This opportunity, identified as Amendment 0004, seeks approximately 11,040 to 12,000 ANSI/BOMA Occupant Area (ABOA) square feet of medical office and related space. The estimated total value for the lease acquisition process is $13,378,706.30. Responses are due by January 29, 2026, at 3:00 PM ET.
Scope of Work
The VA requires a modern, soundly constructed facility, considering both new and existing buildings (existing must be modernized/adaptively reused). The space must be ready for occupancy no later than December 15, 2026. Key requirements include a minimum of 80 on-site parking spaces, approximately 50 ABOA SF for a vending facility, and location within specific boundaries (North: Parrish Road, South: Tico Road, East: Washington Ave Rt 1, West: I-95). The lease will be full-service, covering janitorial, cable, internet, security, and maintenance.
The facility must comply with extensive codes and standards, including State and Local Building Codes, The Joint Commission, FGI Guidelines, NFPA, ABAAS, and VA design manuals. It requires Facility Security Level (FSL) II measures, with the Lessor responsible for the design, installation, and maintenance of security systems like Video Surveillance, Intrusion Detection, and Duress Alarms. Tenant Improvements (TIs) and security upgrades are to be provided on a turnkey basis, with costs paid as a lump sum. Davis-Bacon Act Wage Rates apply to construction work.
Contract Details
- Contract Type: Lease (Solicitation)
- Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics)
- Lease Term: 15 Years, with a 5-Year Firm period. The Government retains termination rights after the firm term with 90 days' notice.
- NAICS Code: 531120 (Exception)
- Set-Aside: None specified. However, documentation for Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) status is required if applicable. Historic properties may receive a price evaluation preference.
Submission Requirements
Offerors must submit a comprehensive proposal including a cover letter, GSA Forms 1217 (Lessor’s Annual Cost Statement) and 1364 (Proposal to Lease Space), a Security Unit Price List (Exhibit L), and a Tenant Improvements Cost Summary (TICS) Table (Exhibit K). Other required documents include authorization from the property owner (if not the owner), evidence of funding, zoning compliance, proof of ownership, signing authority, and Design Intent Drawings (DIDs). Active SAM.gov registration is mandatory. Lessors must demonstrate fee simple ownership within 30 days of lease execution.
Evaluation Criteria
Proposals will be evaluated using a best value tradeoff process, where technical factors are significantly more important than price. Key technical factors include Site-Specific Technical Requirements, Architect Engineering Design, Emergency Response Time, Property Management & Operations/Maintenance Team, Construction Contractor Team, Occupancy Date Readiness, Available Space, and Past Performance.
Key Dates & Contact
- Response Due Date: January 29, 2026, at 3:00 PM ET
- Submission Method: Email to Kalisha Baisden at kalisha.baisden@va.gov
- Contact: Kalisha Baisden, Lease Contracting Officer, kalisha.baisden@va.gov, 8032211806