X1DB--U.S. Department of Veterans Affairs Seeks to Lease Medical Clinic Space
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 U.S. Department of Veterans Affairs (VA), through its RPO WEST office, is soliciting proposals for the lease of medical clinic space in the Las Vegas, NV Region. This opportunity seeks an existing, modern, quality building to accommodate a VA Southern Nevada Health Care System Primary Care Clinic. Proposals will be evaluated on a best-value tradeoff, with technical factors being significantly more important than price. Offers are due by April 10, 2026, at 5:00 PM PST.
Scope of Work & Requirements
The VA requires a space between 5,916 and 6,212 ABOA square feet (not exceeding 6,922 RSF), located within a specific delineated area in Las Vegas. Key requirements include:
- Space Configuration: Single contiguous floor, specific elevator requirements, no bifurcated sites.
- Location Restrictions: Not in proximity to certain establishments (e.g., marijuana dispensaries, firearm stores), and within 1/8 mile of amenities and public transportation.
- Parking: Minimum of 40 secured and lit parking spaces, including accessible spots.
- Building Standards: Must generally have an ENERGY STAR® label, comply with Seismic Safety Standards, and be free of known hazardous conditions.
- Security: Adherence to VA Security Requirements (FSL Level II), covering site, structure, entrance, interior, and security systems (VSS, IDS, cybersecurity).
- Life Safety: Compliance with fire protection and life safety systems, requiring completion of Prelease FPLS Evaluation Form 12000.
- Agency Specifics: Detailed requirements for design, administrative services (pest control, janitorial), VA-standard signage, and telecommunications infrastructure as outlined in Exhibit B Agency Specific Requirements (ASR v4).
- Tenant Improvements (TIs): A TI Allowance of $318.00 per ABOA SF is provided.
Contract Details
- Contract Type: Lease Agreement (Combined Synopsis/Solicitation - Request for Lease Proposals).
- Lease Term: 10 Years, with a 7-Year Firm term, and Government termination rights.
- Occupancy Date: On or about October 1, 2027.
- Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics).
- NAICS Code: 531120 (Lessors of Other Real Estate).
- Set-Aside: No specific set-aside, but HUBZone small business concerns may elect to waive the price evaluation preference.
Submission & Evaluation
- Offer Due Date: April 10, 2026, by 5:00 PM PST.
- Submission Method: Via email to alexander.ortiz@va.gov.
- Required Forms: Offerors must complete and submit Form 1364 (Proposal to Lease Space), Form 1217 (Lessors Annual Cost Statement), applicable Seismic Forms (A-D), and the Prelease FPLS Evaluation Form 12000.
- Evaluation Criteria: Best value tradeoff, with technical factors significantly more important than price. Key technical factors include Space Layout and Efficiency, Site Quality, Location and Adjacencies, Parking Layout and Flexibility, Maintenance and Service Response, and Past Performance.
- General Clauses: Bidders must review Exhibit E 3517B General Clauses and Exhibit D 3516 Solicitation Provisions to understand contractual obligations and submission procedures.
- SAM Registration: Required at the time of award and throughout contract performance.
Contact Information
- Lease Contracting Officer: Alex Ortiz
- Email: alexander.ortiz@va.gov
- Phone: 559-225-6100