RLP. 36C24W26R0013 (New Replacing Lease) CBOC in Horizon City, Texas
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 RPO WEST (36C24W), is soliciting proposals for the lease of approximately 17,640 ABOA square feet (23,814-25,004 RSF) for a Community-Based Outpatient Clinic (CBOC) in Horizon City, Texas. This is a new, replacing lease opportunity. The contemplated lease term is 20 years, with a 10-year firm term. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by April 24, 2026, at 4:00 PM EST.
Scope of Work
The VA requires a modern, soundly constructed facility in good condition, located on a contiguous ground floor, within 0.10 miles of public transportation. The space must be zoned for VA use, not in a FEMA 100-year floodplain, and compatible with clinical operations, avoiding proximity to incompatible uses like liquor stores or correctional facilities. Key requirements include a minimum of 100 secured and lit parking spaces, approximately 250 ABOA SF for a vending facility, and compliance with stringent VA Technical Information Library (TIL) standards, seismic safety, accessibility, fire protection, and energy efficiency (ENERGY STAR®).
The facility must accommodate extensive detailed room specifications for various functional areas, including multiple Patient Aligned Care Team (PACT) Clinics, Audiology, Eye, Mental Health, Physical Medicine and Rehabilitation (PM&R), Prosthetics, Pathology, Pharmacy, Clinic Management, Logistics, Police, and Canteen services. It must also meet Facility Security Level II (FSL II) requirements, encompassing video surveillance, intrusion detection systems, and duress alarms.
Contract Details
This is a fully serviced, turnkey lease. The Tenant Improvement (TI) Allowance is $250.00 per ABOA SF. The lease will follow GSA Global Lease or Simplified Lease standards.
Submission & Evaluation
Proposals must be submitted via email only to the designated GSA addresses, formatted into two separate volumes: Volume 1 (Technical Proposal) and Volume 2 (Price Proposal). Technical proposals must not contain pricing information. The deadline for submissions is April 24, 2026, by 4:00 PM EST.
Offers will be evaluated using a best value tradeoff process, considering both price and technical factors. The evaluation criteria include Site, Facility, Experience, Past Performance, and Socio-Economic Status, with Site being the most important factor.
Eligibility & Important Notes
This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS Code 531120. Offerors must have an active registration in the System for Award Management (SAM) prior to lease award. Key documents to review and submit include the Offeror Submittal Checklist (EXH S), GSA Forms (1217, 1364, 3517, L100), and various technical plans. Offerors interested in the Broker Commission Agreement (EXH U) must request it via email from Stephen Monkewicz (SMONKEWICZ@CRCRE.COM). Compliance with FAR clauses regarding telecommunications equipment (52.204-24) and ByteDance applications (52.204-27) is required. Davis-Bacon wage rates apply for any construction work.
Contacts: Andre Pharms (andre.pharms@va.gov) and Jeffrey R. Deering (jeffrey.deering@va.gov).