X1DB--VHA Tele-ICU East Office (VA-26-00031703)
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), specifically the 250-Network Contract Office 10, is conducting market research through a Sources Sought notice for a potential lease of medical space for a Tele-ICU Clinic in Mason, Ohio. The VA seeks expressions of interest from property owners for approximately 5,400 ABOA (not to exceed 6,750 RSF) of medical space, including 25 surface parking spaces, for a lease term of up to 20 years. This is not a solicitation but a request for information to identify potential sources and suitable locations.
Scope of Requirements
The required space must be located within a delineated area in Mason, Ohio, bounded by Socialville-Foster Road (North), US Route 22 / OH Route 3 (East), East Kemper Road (South), and Butler-Warren Road and Conrey Road (West). Key requirements include:
- Space Configuration: Single contiguous floor, no bifurcated sites, atriums, or irregularly shaped spaces.
- Site Conditions: Must support municipal water and sewer, not be in a FEMA 1-percent-annual-chance flood zone, and be zoned for VA's intended use. No environmental issues or hazards.
- Proximity: Close to amenities (restaurants, hotels, pharmacy, shopping), a hospital/ER, fire department, and public transportation with sidewalk access. Easily accessible to multiple highways.
- Building Type: Existing buildings considered; preference for single-tenant, but multi-tenant buildings are acceptable. No living quarters in the same building.
- Compliance: Must meet Federal and Local Government requirements for fire safety, physical security, ADA accessibility, seismic, and sustainability standards.
- Lease Type: A fully serviced lease is required.
- Construction Magnitude: Anticipated construction/build-out is between $1,000,000 and $3,000,000.
Set-Aside & Eligibility
This acquisition may be set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under NAICS Code 531120 (Lessors of Non-residential Buildings). Interested SDVOSB/VOSB firms must be registered in SBA's Veteran Small Business Certification (VetCert) program. Joint Ventures (JVs) must provide evidence of verification and a proper JV agreement. All interested parties, including other small businesses, are encouraged to respond for market research purposes.
Submission Details
- Expression of Interest Due Date: March 16, 2026, at 1:00 PM Local Time.
- Submission Method: Email to Kevin.Adkins@va.gov and Lori.Howard@va.gov.
- Required Information: Submissions must include property owner contact information, proof of authority, building/land address, a map demonstrating location within the delineated area, ingress/egress description, adjacent property uses, ADA/ABBAS compliance evidence, a site plan, RSF/ABOA details, proposed changes for VA use, and environmental/cultural studies documentation.
- Capabilities Statement: Firms must submit a Capabilities Statement including company details, VetCert registration (for SDVOSB/VOSB), SAM.gov registration, a summary of at least two similar projects completed in the past seven years (2-page limit), and evidence of financing capability (dated within 120 days of the EOI due date).
- Market Survey Timeframe: Estimated March/April 2026.