Lease - Kenai Outstation - Alaska
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 seeking proposals for a 20-year lease of approximately 2,107 ANSI/BOMA square feet of contiguous, fully serviced office space in Kenai, Alaska. This Solicitation aims to establish a Vet Center and requires a modern, quality building with specific amenities and parking. Proposals are due by April 17, 2026, at 5 PM PST.
Purpose & Scope
The VA requires a professional, aesthetically pleasing, and fully serviced office space for a Vet Center in Kenai, AK. The lease term includes a 5-year firm period. The required space must include 20 surface/outside parking spaces and be equipped with janitorial services, basic cable, guest high-speed internet Wi-Fi, security monitoring, and maintenance.
Detailed requirements are outlined in the Statement of Work (SOW), covering specific room layouts, telecommunications infrastructure (CAT 6A), security measures (Facility Security Level II, CCTV, alarm systems), a Nurse Call System, specific finishes, signage, and soundproofing (minimum STC 45, with a sound masking system). The building must also comply with accessibility, fire protection, life safety, energy efficiency (ENERGY STAR preferred), and seismic safety standards. Environmental due diligence, including a Phase I Environmental Site Assessment, is mandatory.
Contract Details
- Contract Type: Request for Lease Proposals (RLP)
- Lease Term: 20 Years, with a 5-year firm period.
- NAICS Code: 531120 (Exception)
- Set-Aside: No specific set-aside, but HUBZone Small Business Concerns may elect to waive price evaluation preference.
- Place of Performance: Kenai, AK 99611, United States.
Submission & Evaluation
Proposals are due by April 17, 2026, at 5 PM PST. All offers must conform to RLP requirements and be submitted via email to GARRY.ALEXANDER@VA.GOV.
The evaluation will follow a best value tradeoff approach, where technical merit is considered more important than price. Key evaluation factors include:
- Facility: Space layout, conceptual design, and aesthetic concept.
- Site: Characteristics, functionality, and quality.
- Past Performance
- Experience
Offerors must be registered in the System for Award Management (SAM) at the time of award. Mandatory forms include GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 12000 (Prelease Fire Protection and Life Safety Evaluation), and applicable Seismic Forms (A-D).
Key Requirements & Attachments
Bidders must review the GSA Lease Template (L100) to understand the final contractual framework. Compliance with Security Requirements (FSL Level II) and associated Building Specific Amortized Capital (BSAC) costs, detailed in Exhibit D, is essential. Solicitation Provisions (Exhibit E) and General Clauses (Exhibit F) outline mandatory terms, conditions, and compliance requirements, including those related to the Federal Acquisition Supply Chain Security Act (FASCSA) and telecommunications restrictions. Prevailing wage rates (Exhibit L) may apply to any construction or renovation work.