X1DB--NW Metro (Rio Rancho, NM) CBOC Lease (New)
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), specifically the RPO WEST office, is soliciting proposals for a Community Based Outpatient Clinic (CBOC) lease in Rio Rancho, New Mexico. The VA requires a minimum of 32,531 rentable square feet (RSF) of existing space for lease with buildout. This opportunity is for a lease term of up to ten (10) years. Proposals are due by May 20, 2026, at 4 PM PST.
Scope of Work
The VA seeks a facility that is fully accessible, meeting ADA and UFAS requirements, and compliant with Interagency Security Committee Security Design Criteria. The proposed building must be located within a delineated area bounded by King Boulevard (North), Paseo del Volcan NE (South), Civic Center Cir NE (East), and Unser Boulevard (West).
Key requirements include:
- Space: Minimum 32,531 RSF (approx. 24,000-24,096 ABOA SF) of contiguous space.
- Buildout: Detailed Agency Specific Requirements (ASRs) for interior tenant area build-out, including room schedules, design schematics, specific security features (IDS, nurse call/panic buttons), IT standards, negative pressure rooms, and fixed patient mobility in procedure rooms.
- Security: Facility Security Level II (FSL II) requirements covering physical security measures, access control, video surveillance systems (VSS), intrusion detection systems (IDS), and cybersecurity protocols.
- Seismic Compliance: Offerors must provide engineering certifications using specific seismic forms (A-F) to demonstrate compliance.
- Fire Protection & Life Safety: Completion of GSA Form 12000 for pre-lease evaluation of fire safety and life safety features.
- Environmental: Space must be free of hazardous conditions; a Phase I Environmental Site Assessment (ESA) may be required.
- Parking: 140 structured/inside or surface/outside parking spaces.
- Vending Facility: Approximately 250 ABOA SF for a vending facility.
Contract & Timeline
- Contract Type: Solicitation for a Leasehold Interest in Real Property.
- Lease Term: Up to ten (10) years, with a 5-year firm term and Government termination rights (90 days' notice).
- Product/Service Code: X1DB (Lease/Rental Of Laboratories And Clinics).
- Set-Aside: No specific set-aside designated in the opportunity metadata. The RLP mentions NAICS Code 531120 (Exception) and provides information for HUBZone small business concerns.
- Response Date: May 20, 2026, 4 PM PST.
- Published Date: April 21, 2026.
Evaluation
Award will be made to the responsible offeror whose proposal represents the best value to the Government, considering price and technical evaluation factors. Technical merit is more important than price. Key evaluation factors include Technical Quality (building design, layout, functionality), Offeror's Qualifications and Past Performance, Operations and Maintenance Plan, and Past Projects.
Offerors must be registered in SAM.gov and comply with federal regulations, including FAR 52.204-24 regarding telecommunications equipment and FASCSA orders.
Key Documents
Offerors must review and complete various exhibits, including the Global Lease Template L100 (Exhibit A), Agency Specific Requirements (Exhibit B), Security Requirements (Exhibit C), Solicitation Provisions (Exhibit D), General Clauses (Exhibit E), Proposal to Lease Space Form 1364 (Exhibit F), Lessor's Annual Cost Statement Form 1217 (Exhibit G), Prelease FPLS Evaluation Form 12000 (Exhibit H), Security Unit Price List FSL II (Exhibit I), Seismic Forms A-F (Exhibit J), and FAR 52.204-24 Representation (Exhibit K).
Contact Information
- Primary: Misty Pham, Contracting Officer, Misty.Pham@va.gov, 562-708-7191
- Secondary: Jason Call, Jason.call2@va.gov, 480-323-8265