X1DZ- Lease of Space for Community Based Outpatient Clinic in Hagerstown, MD Space for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
SOL #: 36C24526R0005Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States
Place of Performance
Hagerstown, MD
NAICS
Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
PSC
Lease/Rental Of Other Hospital Buildings (X1DZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 30, 2026
2
Last Updated
May 12, 2026
3
Submission Deadline
May 19, 2026, 2:00 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) is soliciting proposals for the lease of space for a Community Based Outpatient Clinic (CBOC) in Hagerstown, Maryland. The VA requires approximately 11,987 Net Usable Square Feet (NUSF), yielding up to 18,610 Rentable Square Feet (RSF). This is a fully serviced, turnkey lease for a modern facility that can be either existing space renovated or new construction. Proposals are due by May 19, 2026, at 10:00 AM EST.
Scope of Requirement
The VA seeks space suitable for Patient Aligned Care Team (PACT) design and compliant with VA design guide standards. Key requirements include:
- Space: Up to 18,610 RSF, contiguous, designed for PACT and VA standards.
- Building: Modern, sound construction, good condition, with specific facade materials.
- Parking: 130 surface/outside spaces for Government use.
- Amenities: Proximity to public sidewalks, employee services (restaurants, retail, banks), and public transit (at least two lines within 1,320 feet).
- Environmental & Safety: No known hazardous conditions, compliance with Energy Independence and Security Act (EISA) (generally requiring an ENERGY STAR® label), seismic safety, asbestos, accessibility, and fire protection/life safety standards. Facility Security Level (FSL) requirements will apply.
Contract Details
- Contract Type: Fully serviced, turnkey lease, covering shell upgrades, tenant improvements, operating costs, real estate taxes, and security.
- Lease Term: 15 Years (10 Years Firm, 5 Years Soft), with Government termination for convenience rights.
- Occupancy Date: On or about November 1, 2027, or upon receipt of occupancy permit and space acceptance.
- NAICS Code: 531120 (Exception).
- Set-Aside: A HUBZone Small Business Concern Price Preference Waiver is available.
Submission & Evaluation
- Offer Submission: Proposals must be submitted electronically via email to RACHAEL.HALLOCK@VA.GOV.
- Evaluation Criteria: Award will be based on a best-value tradeoff process, considering factors in descending order of importance: 1. Location and Building, 2. Technical Capability and Qualifications, and 3. Past Performance. Price will also be evaluated for total lifecycle costs.
- Key Deadline: Offers are due by May 19, 2026, at 10:00 AM EST.
Important Notes
- The Request for Lease Proposals (RLP) includes numerous attachments and exhibits detailing specific requirements, forms, and clauses. Offerors must review the provided Lease template.
- All deviations from the RLP must be documented on GSA Form 1364.
- Amendment 0003 revised Exhibit E-3517B to include clause 52.222-90 ("Addressing DEI Discrimination by Federal Contractors (APR 2026)") and removed Exhibit I (Room Equipment Unit Price List) as it is not applicable.
People
Points of Contact
Rachael HallockPRIMARY