X1DZ--Fort Wayne Mental Health PRE-SOLICITATION NOTICE 36C25026R0046
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 Department of Veterans Affairs (VA) is conducting market research through a Pre-Solicitation Notice (36C25026R0046) to identify potential sources and suitable locations for a Mental Health Facility / Veteran Center in Fort Wayne, IN. The VA seeks expressions of interest for approximately 23,500 ABOA square feet of space and 165 parking spaces. This notice is not a solicitation, but responses will help determine if a future acquisition will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB). Responses are due February 23, 2026.
Scope of Requirement
The VA requires a fully serviced lease for up to 20 years, including design, construction, maintenance, and operation. The facility will serve as a Veteran Center. Key Space Requirements:
- Size: 23,500 ABOA SF and 165 parking spaces (39 handicap compliant).
- Location: Within a specific delineated area in Fort Wayne, IN, bounded by Washington Center Road, St Joe Center Road (North), East State Boulevard (South), Maplecrest Road (East), and US 27/Lima Road (West).
- Building Type: Single-tenant building, preferably on the first and single floor. No bifurcated sites, atriums, or irregularly shaped spaces. Columns must be max 2ft square, with at least 20ft between columns/walls.
- Site Restrictions: Must not be in a FEMA 1-percent-annual-chance floodplain, near incompatible uses (e.g., liquor establishments, correctional facilities, residential/industrial areas), or have parking under the space.
- Accessibility & Amenities: Must be near public transportation, major highways, and amenities like restaurants, hotels, pharmacies, and shopping. Proximity to a hospital/ER and fire department is preferred.
- Compliance: Must meet Federal and Local Government standards for fire safety, physical security, accessibility, seismic, and sustainability. Public utilities must be available.
- Construction Magnitude: Estimated between $10,000,000 and $20,000,000.
Contract & Timeline
- Type: Pre-Solicitation Notice / Request for Information (RFI)
- Lease Term: Not to exceed 20 years.
- NAICS Code: 531120 (Lessors of Nonresidential Buildings)
- Small Business Size Standard: $34 Million
- Payment: Monthly rental payments in arrears upon facility acceptance; no progress payments during design or construction.
- Market Survey Estimated: March 2026
- Occupancy Estimated: FY 26 or FY27
- Response Due: February 23, 2026, 3:00 P.M. LOCAL TIME.
- Published: February 6, 2026
Submission Requirements
Interested parties, especially SDVOSB and VOSB firms, are invited to submit Expressions of Interest. Submissions must include:
- Property owner details, building address, map showing delineated area, ingress/egress, adjacent uses, FEMA map, planned development, zoning, necessary property changes, evidence of ownership/permission, title issues, and utility availability.
- A Capabilities Statement (if interested in participating) including company information, evidence of SDVOSB/VOSB status (registered at veterans.certify.sba.gov), SAM.gov registration (NAICS 531120), a summary of at least three similar projects (3-page limit), and evidence of financing capability. An optional narrative (2-page limit) can also be submitted.
Contact Information
Electronic responses should be sent to Lee Grant (Lee.grant@va.gov), Nathan Hainstock (Nathan.hainstock@va.gov), and Lori Howard (Lori.Howard@va.gov).