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
Apr 28, 2026
3
Submission Deadline
Dec 20, 2025, 1:00 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), RPO WEST (36C24W), is seeking proposals for a Community-Based Outpatient Clinic (CBOC) lease in Laughlin, Nevada. This opportunity involves providing a built-to-suit medical clinic or tenant improvements for approximately 5,500 to 7,882 ABOA square feet of contiguous space. The lease will be for a 20-year term with a 15-year firm period. Offers are due by May 6, 2026.

Opportunity Overview

The VA requires a modern, sound, and substantially constructed facility to replace the current Laughlin CBOC, aiming to provide better continuity of care for Veterans. The Lessor will be responsible for providing the space and ensuring all design, construction, and operational aspects comply with VA standards.

Key Requirements & Deliverables

  • Space: Minimum 5,500 to maximum 7,882 ABOA square feet of contiguous space, with proposed Rentable Square Feet (RSF) not exceeding 7,882 RSF. Ground floor is preferred, otherwise two elevators are required. The location must be at least 400 walkable feet from specific establishments (e.g., marijuana dispensaries, firearm stores).
  • Parking: Provision of 38 reserved, secured, and lit surface/outside parking spaces, including 2 handicap stalls, with specific VA requirements.
  • Design & Construction: Adherence to VA Leased CBOC Design Narrative, Room Data Matrix, Room Templates, and various VA design manuals (e.g., PACT Facility Design concepts, VA Prototypes). This includes detailed criteria for architectural design, interior finishes, building entrances/exits, plumbing, electrical, lighting, audio-visual systems, and physical security. New construction must comply with seismic safety standards, fire protection (automatic sprinklers, emergency voice/alarm), and energy efficiency (2021 IECC, 2019 ASHRAE 90.1).
  • Administrative & Maintenance: Lessor to provide an onsite building superintendent, pest control, a written building maintenance plan, and janitorial services using environmentally beneficial products. Re-carpeting and re-painting are required at a minimum of every 5 years.
  • Security: Compliance with Facility Security Level II requirements, including access control, critical area protection, security systems (VSS, IDS, Duress Alarms), and cybersecurity measures (no BACS to federal networks).
  • Special Requirements: Patient-Centered Design (PACT), Bariatric Accommodations, Legionella Mitigation, Radiation/RF Shielding, and medical waste collection (VA coordinates disposal).

Contract Details

  • Contract Type: Leasehold Interest in Real Property (Solicitation).
  • Lease Term: 20 Years, with a 15-Year Firm term. The Government retains termination rights after the firm term with 90 days' notice.
  • Tenant Improvement (TI) Allowance: $425.00 per ABOA SF.
  • Broker Commissions: Lessors are responsible for paying real estate commissions to DHC Real Estate Services, LLC (VA's representative), capped at $1,500,000.00. Payment is 75% upon lease execution and 25% upon VA acceptance of space/rent commencement.
  • Wage Determination: For new construction, prevailing wage rates and fringe benefits for Clark County, NV, as per DOL Wage Determination (NV20260038), apply.

Submission & Evaluation

  • Offer Due Date: May 6, 2026.
  • Submission Method: Electronically to JOHN.BELL2@CUSHWWAKE.COM.
  • Evaluation Criteria: Best-value tradeoff process, considering Space and Coverage Efficiency, Building Exterior, Parking Layout and Flexibility, Past Performance, and Price. Technical factors are considered more important than price.
  • Required Submittals: Proposals must include GSA Form 1364, an executed Broker Commission Agreement, a Dual Agency Acknowledgement Statement, a Past Performance Questionnaire (completed by current/former tenants), FPLS Submittal, LEED-NC Silver or Green Globes certification documentation, and a detailed Construction Schedule for new construction. Offerors must also acknowledge receipt of Amendment No. 4 by May 5, 2026.
  • SAM Registration: Required at the time of award and throughout contract performance.

Contact Information

People

Points of Contact

John (Jay) BellRealty SpecialistPRIMARY
LeAnne J JettSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Apr 28, 2026
View
Version 6
Solicitation
Posted: Feb 21, 2026
View
Version 5
Solicitation
Posted: Dec 16, 2025
View
Version 4
Solicitation
Posted: Dec 12, 2025
View
Version 3Viewing
Solicitation
Posted: Nov 14, 2025
Version 2
Solicitation
Posted: Nov 14, 2025
View
Version 1
Solicitation
Posted: Nov 14, 2025
View