Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic

SOL #: 36C24W25R0107Solicitation

Overview

Buyer

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

Place of Performance

Laughlin, NV

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
Nov 14, 2025
2
Last Updated
Feb 21, 2026
3
Submission Deadline
Mar 18, 2026, 12:00 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 seeking lease proposals for a Community-Based Outpatient Clinic (CBOC) in Laughlin, NV. This opportunity requires approximately 5,500 to 7,882 ABOA square feet of modern, compliant space. Offers are due by March 18, 2026.

Opportunity Overview

The VA, through its RPO WEST office, is soliciting a Request for Lease Proposal (RLP) for a new or rehabilitated facility to house the Laughlin CBOC. The government requires a fully serviced lease for a 20-year term, with a 15-year firm period. The selected facility must meet stringent VA design, security, and operational standards to provide comprehensive healthcare services to Veterans.

Key Requirements & Scope

The VA is seeking a minimum of 5,500 to a maximum of 7,882 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet of contiguous space, with proposed Rentable Square Feet (RSF) not exceeding 7,882 RSF. Key requirements include:

  • Space & Site: Modern, sound building; 38 reserved, secured, and lit surface/outside parking spaces; potential roof space for antenna installation; continuous, accessible sidewalks; proximity to employee services and public transportation. No bifurcated sites, atriums, or unusually shaped spaces.
  • Design & Construction: Adherence to VA Leased CBOC Design Narrative (LDN), Room Data Matrix (RDM), and Room Templates for Leased Space. Compliance with seismic safety, accessibility, fire protection (FPLS Level II), life safety, and energy efficiency standards (ENERGY STAR preferred). Tenant Improvement (TI) allowance is $425.00 per ABOA SF.
  • Operations: Lessor responsibilities include utilities, janitorial services, pest control, building maintenance, and provision of telecommunications infrastructure and physical security systems.
  • Security: Facility Security Level II requirements are detailed, covering access control, security systems (VSS, IDS, Duress Alarms), and cybersecurity measures.

Contract Details

  • Contract Type: Request for Lease Proposal (Solicitation)
  • Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics)
  • NAICS Code: 531120 (Exception)
  • Lease Term: 20 Years, 15 Years Firm
  • Set-Aside: None specified.
  • Lease Number: 36C24W26L0008

Submission & Evaluation

Offers are due by March 18, 2026, and must be submitted electronically to JOHN.BELL2@CUSHWWAKE.COM. The evaluation will be based on a best-value tradeoff process, where technical factors are considered more important than price. Key evaluation factors include Space and Coverage Efficiency, Building Exterior, Parking Layout and Flexibility, and Past Performance. Required submittals include:

  • GSA Form 1364 (Proposal to Lease Space)
  • GSA Form 1217 (Lessor's Annual Cost Statement)
  • Exhibit K (Past Performance Questionnaire)
  • Executed Broker Commission Agreement and Dual Agency Acknowledgement Statement
  • DOL Wage Determination (Exhibit M)
  • FPLS Submittal, LEED-NC Silver or Green Globes certification documentation, and a detailed Construction Schedule for new construction. Offerors must acknowledge all amendments, with Amendment No. 3 acknowledgment due by March 17, 2026.

Amendments & Important Notes

This solicitation has been amended multiple times. Amendment No. 3 (posted 2/20/2026) replaced previous RLP and Lease Templates, and added new exhibits including Broker Project and New Construction exhibits, and the DOL Wage Determination. Amendment No. 2 (posted 12/16/2025) updated the maximum rentable square footage. Amendment No. 1 (posted 12/12/2025) extended the offer due date to January 16, 2026 (superseded by the final response date of March 18, 2026) and updated Exhibit K. Offerors must review all RLP documents and acknowledge all amendments.

People

Points of Contact

John (Jay) BellRealty SpecialistPRIMARY
LeAnne J JettSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Feb 21, 2026
Version 5
Solicitation
Posted: Dec 16, 2025
View
Version 4
Solicitation
Posted: Dec 12, 2025
View
Version 3
Solicitation
Posted: Nov 14, 2025
View
Version 2
Solicitation
Posted: Nov 14, 2025
View
Version 1
Solicitation
Posted: Nov 14, 2025
View
Request for Lease Proposal - Laughlin Community-Based Outpatient Clinic | GovScope