Melbourne New/Replace Lease
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), Network Contract Office 8, is soliciting proposals for a new or replacement lease for the Melbourne Vet Center in Melbourne, FL. This is a fully serviced, turnkey lease for approximately 4,833 to 4,990 ANSI/BOMA Occupant Area (ABOA) square feet. Proposals are due by June 8, 2026, at 3:00 PM Eastern Time.
Opportunity Details
The VA seeks a modern, quality building to house the Readjustment Counseling Service (RCS) at the Melbourne Vet Center. The lease term is 20 years, with a 5-year firm term, and includes government termination rights after the firm term with 90 days' notice. The annual rent will cover all lessor costs, including shell upgrades, tenant improvements, operating costs, real estate taxes, and security.
Scope of Work
The Lessor will provide all materials, parts, and labor for space and room requirements, ensuring the facility meets specific agency needs. Key requirements include:
- Space: 4,833 - 4,990 ABOA SF of contiguous space.
- Building Standards: Modern construction, sound condition, accessible, and compliant with ENERGY STAR® criteria.
- Parking: 30 surface/outside spaces, secured and lit.
- Security: Facility Security Level (FSL) II requirements, with costs for countermeasures itemized and maintenance included in operating rent.
- Environmental: Compliance with regulations, including Phase I ESA and potential NEPA requirements; no asbestos-containing materials.
- Services: Lessor responsible for all utilities, janitorial services, basic cable, guest business high-speed internet Wi-Fi, and security/CCTV system monitoring and maintenance.
Submission & Evaluation
- Response Due: June 8, 2026, by 3:00 PM Eastern Time.
- Submission Method: Via email to Shanel.joe@va.gov.
- Evaluation: Award will be based on the Lowest Priced Technically Acceptable (LPTA) offer. However, technical factors such as location, neighborhood, visibility, design concept, parking, contractor experience, and occupancy date are considered more important than price.
- Required Forms: Offerors must complete and submit forms such as GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). A Past Performance Questionnaire (Exhibit L) will be used for evaluation.
- Occupancy: Required on or before August 30, 2027.
Eligibility & Set-Aside
The opportunity falls under NAICS Code 531120 (Lease/Rental Of Laboratories And Clinics). Small Business Size Standards apply, and HUBZone Small Business Concerns may elect to waive price evaluation preference. Offerors must be registered in the System for Award Management (SAM) at the time of award.
Contact Information
For inquiries, contact Shanel Joe at Shanel.joe@va.gov or 904-266-0796.