X1DB--Sources Sought - ACC Annex

SOL #: 36C24W25R0073Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States

Place of Performance

Honolulu, HI

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 2, 2025
2
Last Updated
Apr 29, 2026
3
Response Deadline
May 1, 2025, 3:00 AM

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 approximately 19,900 ANSI/BOMA (ABOA) Square Feet of contiguous space, along with sixty (60) onsite parking spaces, for an Ambulatory Care Clinic (ACC) Annex in Honolulu, HI. This Request for Lease Proposals (RLP) seeks modern, quality construction that meets extensive federal and local requirements. Offers are due May 29, 2026, by 5:00 PM PT.

Scope of Work

The VA requires a fully serviced, turnkey lease for an ACC Annex. The space must be on one contiguous floor, zoned for VA's intended use, and not located in a FEMA 100-year flood plain or a building with residential quarters. Key requirements include proximity to amenities and public transportation, a loading dock/area, freight elevator (if needed), and a parking lot capable of accommodating trailer deliveries. The facility must comply with Federal and Local Government standards for fire safety, physical security (FSL 2), accessibility, seismic, and sustainability. The Lessor will be responsible for shell upgrades, Tenant Improvements (TIs), operating costs, real estate taxes, and security upgrades.

Key Requirements & Deliverables

  • Space: 19,900 ABOA SF of contiguous space.
  • Parking: 60 secured and lit surface/outside parking spaces.
  • Building Quality: Modern construction, or modernized if existing, with permanent facade materials.
  • Design Standards: Adherence to VA Leased CBOC Design Narrative, ACC Annex Lease Program for Design (PFD), and Room Data Matrix, detailing specific architectural, mechanical, plumbing, electrical, and telecommunications requirements.
  • Security: Compliance with Interagency Security Committee (ISC) requirements for Facility Security Level (FSL) 2, including access control, critical area security, and security systems (VSS, IDS, Duress Alarms).
  • Lessor Responsibilities: Extensive responsibilities for furnishing, installing, interior design, signage, fire safety, acoustics, specialized spaces (Audiology, PM&R, Labs), emergency showers/eyewash stations, 24/7 cooling for specific rooms, building maintenance, waste/recycling, and comprehensive janitorial services.

Contract Details

  • Contract Type: Fully serviced, turnkey lease.
  • Lease Term: Offerors must submit proposals for two scenarios: Alternative A (20-years with a 15-year firm term) and Alternative B (20-year firm term).
  • Payment: VA makes monthly rental payments in arrears upon facility acceptance; no progress payments during design or construction/build-out phases.
  • Estimated Construction/Buildout: Between $5,000,000 and $10,000,000.
  • Broker Fee: A fixed lease acquisition fee of $60,000.00 is payable to Public Properties, LLC (VA's authorized representative), with 75% due upon lease execution and 25% upon occupancy.

Submission & Evaluation

  • Offer Due Date: May 29, 2026, by 5:00 PM PT.
  • Submission Method: Email to designated VA and GSA contacts, or via mail/express delivery.
  • Evaluation Criteria: Award will be based on a best-value tradeoff process, considering price and technical factors, with key factors including Location, Past Performance, and Price.
  • Required Forms: Proposals must include GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), Seismic Forms (A-F), a Past Performance Questionnaire (due January 13, 2026, 5:00 PM ET), and potentially a Small Business Subcontracting Plan.

Eligibility & Set-Aside

  • NAICS Code: 531120 (Lessors of Nonresidential Buildings).
  • Small Business: Information on small business size standards is available via the SBA website. HUBZone small business concerns may elect to waive the price evaluation preference.

Contacts

People

Points of Contact

Melinda P ThomeContracting OfficerPRIMARY

Files

Files

Download

Versions

Version 6
Solicitation
Posted: Apr 29, 2026
View
Version 5
Sources Sought
Posted: Dec 10, 2025
View
Version 4
Sources Sought
Posted: Jul 10, 2025
View
Version 3
Sources Sought
Posted: Jul 10, 2025
View
Version 2Viewing
Sources Sought
Posted: Apr 2, 2025
Version 1
Sources Sought
Posted: Apr 2, 2025
View
X1DB - RLP - VA ACC ANNEX | HONOLULU, HI | GovScope