X1DB--West Branch RLP and Exhibits 36C25024R0209

SOL #: 36C25024R0209Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

West Branch

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
May 15, 2026
2
Submission Deadline
Jun 15, 2026, 4:00 PM

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), Network Contracting Office 10, is soliciting Lease Proposals (RLP) for approximately 17,000 Net Usable Square Feet (NUSF) of contiguous space for the West Branch VA Clinic in West Branch, Michigan. This opportunity, identified as 36C25024R0209, seeks a modern, soundly constructed facility with specific parking and security requirements. Proposals will be evaluated using a best-value tradeoff process, with technical capability being significantly more important than price.

Scope of Work

The VA requires a fully serviced lease for a facility that can accommodate a clinic, including 15 handicap/ADA and 150 surface/outside parking spaces. The building must be modern, in good condition, and constructed with permanent materials, with any necessary modernization completed by occupancy. Specific requirements include:

  • Location: Within the defined Area of Consideration (bounded by Houghton Ave, Highway 55 (North), Rau Road (South), M76 (East), and Green Road (West)).
  • Facility Design: Must be within one building, preferably on the first floor, with no bifurcated sites. Specific criteria for column size, floodplains, proximity to incompatible uses, public transportation, and accessibility to major highways apply.
  • Security & Safety: Compliance with Facility Security Level II (FSL II) requirements, VA Contractor Security IT Handbook, and GSA Form 12000 for Fire Protection and Life Safety Evaluation.
  • Environmental: No known hazardous conditions, requiring a Phase I Environmental Site Assessment, and adherence to Energy Independence and Security Act (EISA) and ENERGY STAR® label requirements.
  • Labor: Compliance with DOL Wage Determination MI20260143 for prevailing wage rates.

Contract & Timeline

  • Contract Type: Lease (Combined Synopsis/Solicitation)
  • Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics)
  • NAICS Code: 531120
  • Lease Term: Not to exceed 20 years, with options. Offerors must provide pricing for 15-year (10-year firm with one 5-year option) and 20-year (15-year firm with one 5-year option) terms.
  • Set-Aside: Open competition with evaluation preference for Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). HUBZone Small Business Concerns may waive price evaluation preference.
  • Pre-Proposal Conference: A virtual conference will be held on May 21, 2026, at 11:00 AM Local Time. Registration is required by May 19, 2026, 12:00 PM Local Time, by emailing Lisa Newlin. Questions for the RLP are due by May 20, 2026, 12:00 PM Local Time.
  • Past Performance Questionnaire Due: April 15, 2025, 12:00 PM Local Time (submit to Lisa.Newlin@va.gov).
  • Proposal Due: June 15, 2026, by 12:00 PM Local Time.

Submission & Evaluation

Proposals must be submitted via email to LISA.NEWLIN@VA.GOV and LEE.GRANT@VA.GOV, or by physical address. The evaluation will prioritize Technical Capability (space layout, flexibility, efficiency, building quality, location) significantly over Price. Other factors include Operations and Maintenance Plan, Project Management Plan, Past Performance, and Socio-Economic Status. Offerors must use the provided lease template (GSA Form L100) and GSA Form 1364 (Proposal to Lease Space), along with other required forms such as the Offering Entity Acknowledgement Form and Lessor's Annual Cost Statement.

Contact Information

Primary Contact: Lisa Newlin, Leasing Contract Specialist (Lisa.Newlin@va.gov, 317-697-9786). Secondary Contact: Lee Grant (Lee.Grant@va.gov).

People

Points of Contact

Lisa NewlinLeasing Contract SpecialistPRIMARY
|
Lee Grant - Lee.Grant@va.gov

Files

Files

Download
Download
Download
Download
View
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 15, 2026
X1DB--West Branch RLP and Exhibits 36C25024R0209 | GovScope