X1DZ--Lease of Space for a Community Based Outpatient Clinic in Berks County, PA 33,020 Rentable / 28,128 ABOA Square Feet
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), through its Network Contracting Office 4, is soliciting proposals for the lease of space for a Community Based Outpatient Clinic (CBOC) in Berks County, PA. The requirement is for approximately 33,020 Rentable Square Feet (RSF) / 28,128 ANSI/BOMA Occupant Area (ABOA) square feet. This opportunity aims to secure a modern, quality facility for veteran healthcare services. Proposals are due by March 13, 2026, at 3:00 PM EST.
Scope of Work
The selected Lessor will provide a full-service lease for a 10-year firm term, with occupancy anticipated by March 18, 2027. The space must be contiguous, preferably on the first floor, and capable of accommodating the Patient Aligned Care Team (PACT) space model. Key requirements include a minimum of 150 parking spaces, a 250 ABOA SF vending facility, and adherence to stringent VA and GSA standards for design, construction, utilities, maintenance, and security (Facility Security Level II).
Contract Details
- Contract Type: Lease Agreement (operating lease under OMB Circular A-11)
- Lease Term: 10 Years Firm
- NAICS Code: 531120 (Lessors of Nonresidential Buildings)
- Set-Aside: None specified; HUBZone Small Business Concern Price Preference Waiver option available.
- Place of Performance: Berks County, PA, within a specifically delineated area.
- Tenant Improvements (TIs): Lessor is responsible for all build-out and TIs, based on turnkey pricing, with costs potentially amortized into the rent.
Submission & Evaluation
- Submission Method: Electronic via email only to the Contracting Officer.
- Deadline: March 13, 2026, 3:00 PM EST.
- Evaluation Criteria: Best value tradeoff process, considering price and technical (non-price) factors. Technical factors (Quality, Location, Building/Design, Lessor Capability, Project Management) and Past Performance are considered equally important to Price.
- Required Submittals: Proposals must include GSA Forms (1364, 1217, 12000), proof of ownership, space concept narratives, technical capability, SAM registration, LEED/Energy Star documentation, unit price lists, and a completed Past Performance Questionnaire (Attachment 1).
Key Requirements & Attachments
Bidders must review numerous exhibits detailing specific requirements, including:
- Exhibit B: Agency Specific Requirements (detailed technical and space needs).
- Exhibit C: VA Security Requirements (FSL Level II).
- Exhibit D: GSA 3516 Solicitation Provisions (instructions, SAM registration, telecom equipment prohibitions).
- Exhibit E: GSA 3517B General Clauses (legal and contractual obligations).
- Exhibit M & L: Tenant Improvement Cost Summary and Unit Price List (for cost breakdown).
- Exhibit N: Contract Submittal Schedule (checklist of required documentation).
- Exhibit K: Wage Determination (prevailing wage rates).
Questions must be submitted in writing via email to the Point of Contact.