X1DB - Looking to lease in Litchfield, MN New Community Outpatient Clinic Space SDVOSB Set-Aside (Trade-off Evaluation)
SOL #: 36C26326R0013Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States
Place of Performance
Litchfield, MN
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)
Original Source
Timeline
1
Posted
Mar 18, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 8, 2026, 3:00 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), specifically the NETWORK CONTRACT OFFICE 23 (36C263), is soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside to lease space for a new Community Outpatient Clinic (CBOC) in Litchfield, MN. The VA seeks a modern, quality building providing 18,398 to 24,837 ABOA/RSF of contiguous space. Proposals are due by May 8, 2026, at 10:00 AM CST.
Scope of Work & Facility Requirements
The opportunity, under NAICS Code 531120, requires a fully serviced, turnkey lease for a facility that can be new construction or a modernized existing building. Key requirements include:
- Space: 18,398 ABOA to 24,837 RSF of contiguous space.
- Parking: 124 surface parking spaces.
- Accessibility & Environment: Compliance with accessibility standards, environmental due diligence, and historic preservation. Preference for ENERGY STAR® labeled buildings, with Green Globes for New Construction also accepted.
- Security: Facility Security Level (FSL) II, requiring battery backup (minimum 4 hours) for IT and security equipment; a generator is not required. No blast or progressive collapse requirements apply.
- Design & Amenities: Amenities (restaurants, retail, etc.) must be within the vicinity and accessible via continuous sidewalks/walkways. Veteran Covered Drop-Off (SB101) and CBOC Covered Drop-Off/Pick-Up (SB106) are required; the Mobile Technology Covered Walkway is NOT required. Handrails are required in patient corridors.
- Detailed Specifications: Exhibit C.1 provides a detailed space plan outlining specific room requirements, utilities, and environmental controls. Exhibit D details agency-specific requirements for design, construction, and tenant improvements.
- New Construction: If new construction, compliance with Davis-Bacon Act, specific security features, seismic safety (if applicable), fire sprinkler systems, and sustainability certifications (LEED®-NC or Green Globes® NC) are mandatory.
Contract Details
- Type: Request for Lease Proposals (RLP)
- Lease Term: 20 years, with a 10-year firm term. The Government retains termination rights after the firm term with 90 days' notice.
- Occupancy Date: Planned for November 1, 2027.
- Pricing: Fully serviced, turnkey lease where rent covers shell upgrades, tenant improvements (TIs), operating costs, taxes, and security. "Tenant Improvements included in Offer" is the intended pricing method.
Submission & Evaluation
- Proposal Due Date: May 8, 2026, by 10:00 AM CST.
- Submission Method: Email proposals to ROBERT.HAUSMAN@VA.GOV and CORINA.GOLD@VA.GOV.
- Evaluation Criteria: Award will be based on a best-value tradeoff process. Technical factors (compliance with RLP, location, schedule, and plans) are significantly more important than price. Past performance is also a factor.
- Key Actions: Offerors must have an active SAM registration prior to lease award and acknowledge receipt of all amendments. Offerors are responsible for developing design solutions, with TI design required after award.
Amendments & Clarifications
- Amendment 3 extended the proposal due date to May 8, 2026.
- Amendment 2 clarified that only Exhibit E (Tenant Improvements Cost Summary) is needed, removed certain pricing options, and detailed specific facility requirements (e.g., generator not required, Green Globes accepted).
- Amendment 1 added Exhibit C.1 (Detailed Space Plan), clarified amenity accessibility, and deleted transit requirements.
- Amendment 4 confirmed the removal of the "CBOC Mobile Technology Covered Walkway" requirement from Exhibit C.1.
People
Points of Contact
Corina C GoldContract SpecialistPRIMARY
Robert A HausmanSECONDARY
Files
Versions
Version 7
Solicitation
Posted: Apr 30, 2026
Version 6
Solicitation
Posted: Apr 28, 2026
Version 5Viewing
Solicitation
Posted: Apr 10, 2026
Version 4
Solicitation
Posted: Apr 1, 2026
Version 3
Solicitation
Posted: Mar 31, 2026
Version 2
Solicitation
Posted: Mar 26, 2026
Version 1
Solicitation
Posted: Mar 18, 2026