X1DB--New Maryville CBOC
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) is soliciting proposals for a fully serviced, turnkey lease of 7,500-7,874 ANSI/BOMA Office Area (ABOA) square feet for a new Community Based Outpatient Clinic (CBOC) in Maryville, TN. The Lessor will be responsible for designing and building all Tenant Improvements (TI). Proposals are due May 21, 2026, at 3:00 PM Central Time.
Scope of Work
The VA requires a modern, sound, and substantially constructed building within a specific delineated area of Blount County, TN, with a minimum of 60 on-site parking spaces. The opportunity considers both existing buildings and land for new construction (build-to-suit). The leased space must comply with all federal, state, and local building codes, including fire, life safety, accessibility, sustainability, zoning, and OSHA standards. Extensive requirements are detailed across numerous exhibits, covering interior finishes, Facility Security Level II (FSL II) measures, IT infrastructure, and seismic compliance.
Contract Details
- Type: Combined Synopsis/Solicitation for a Firm-Fixed-Price Lease.
- Term: Up to 10 years, with a 5-year firm term. The Government retains termination rights after the firm term with 90 days' notice.
- Pricing: Rent must cover all Lessor costs, including shell upgrades, operating costs, real estate taxes, and security upgrades. The VA will not pay broker fees and is limited to paying no more than the appraised fair rental value.
- Lessor Responsibilities: Design and build TIs, provide utilities, janitorial, snow removal, maintenance, and implement detailed security measures.
- Set-Aside: None specified. The solicitation is open competition but encourages small business participation, including HUBZone concerns.
Submission & Evaluation
- Proposal Submission: Due May 21, 2026, 3:00 PM CT, preferably via email to Scheronica.Cochran@va.gov.
- Questions: Must be submitted via email by May 1, 2026, 3:00 PM CT. An amendment addressing questions will be issued by May 6, 2026.
- Past Performance: Assessors must submit questionnaires directly to the Contracting Office by May 8, 2026, 3:00 PM CST.
- Required Forms: Offerors must complete GSA Form 1364 (Proposal to Lease Space), Exhibit F.2 (Operating and Shell Costs), Exhibit GSA 1217 (Lessors Annual Cost Statement), and various compliance forms (seismic, fire/life safety, telecom representation). A Small Business Subcontracting Plan outline is also provided.
- Evaluation: Technical quality is significantly more important than price. Factors include Technical Quality, Building and Design Concept, Offeror's Qualification, Quality of Site, Past Performance, and Price/Net Present Value. Award will be based on the best value to the Government.
Contact Information
Contract Specialist: Scheronica Cochran (scheronica.cochran@va.gov)