LEASE - PASO ROBLES, CALIFORNIA - COMMUNITY BASED OUTREACH CLINIC (CBOC)
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), specifically the 260-NETWORK CONTRACT OFFICE 20, is soliciting proposals for a lease of office space to establish a Community Based Outreach Clinic (CBOC) in Paso Robles, California. The requirement is for approximately 5,155 ANSI/BOMA Occupant Area (ABOA) square feet, not exceeding 6,959 rentable square feet (RSF), for a 10-year term with a 10-year firm period. Proposals are due by April 10, 2026, at 5:00 PM PST.
Opportunity Details
This solicitation, identified as a Request for Lease Proposals (RLP), seeks modern, quality building construction that meets specific architectural, accessibility, and environmental standards. Key requirements include:
- Space & Layout: Detailed room-by-room breakdown and area summaries are provided in Exhibit B for design planning.
- Parking: 23 surface/outside parking spaces, secured and lit.
- Accessibility: Compliance with ABAAS, ADA, and VA's Barrier Free Design Guide, including automatic entrance doors and elevators if not ground level.
- Location: Must be connected to public sidewalks with amenities (restaurants, retail, banks) within the immediate vicinity and transit accessibility.
- Environmental: No known hazardous conditions; requires a Phase I Environmental Site Assessment (ESA) and compliance with NEPA and NHPA.
- Seismic Safety: Building must comply with seismic standards, requiring a Seismic Certificate or commitment to retrofit (Exhibit I).
- Security: Facility Security Level II requirements are detailed in Exhibit C, covering access control, security systems (VSS, IDS), and cybersecurity measures.
- Energy Efficiency: Buildings generally require an ENERGY STAR® label within 12 months prior to the proposal deadline.
- Infection Control: For any construction, renovation, or maintenance, Exhibit L outlines mandatory Infection Control Risk Assessments (ICRA) protocols.
Contract & Submission
- Contract Type: Leasehold Interest in Real Property (Product Service Code: X1AA).
- Lease Term: 10 Years, 10 Years Firm, with Government termination rights after the firm term.
- Tenant Improvement (TI) Allowance: $450.00 per ABOA SF, with Building Specific Amortized Capital (BSAC) included in the TI price.
- Required Forms: Offerors must submit a comprehensive proposal including GSA Form 1364 (Proposal to Lease Space - Exhibit F), GSA Form 1217 (Lessor's Annual Cost Statement - Exhibit G), GSA Form 12000 (Prelease Fire Protection and Life Safety Evaluation - Exhibit H), and GSA Form 3518 (Representations and Certifications - Exhibit M).
- Submission Method: Email to GARRY.ALEXANDER@VA.GOV or via US Mail/hand delivery.
- Contact: Garry J Alexander (garry.alexander@va.gov).
Evaluation & Set-Aside
Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, with technical factors (Facility, Site, Past Performance, Experience) being significantly more important than price. This is an open competition under NAICS Code 531120 (Lease/Rental Of Office Buildings), with small business size standards applicable and HUBZone small business concerns eligible to waive price evaluation preference. Offerors must be registered in SAM and comply with various federal provisions, including those related to telecommunications equipment (Exhibit J) and general clauses (Exhibit E).