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) is soliciting proposals for a new replacing lease for a Community-Based Outpatient Clinic (CBOC) in Horizon City, Texas. This opportunity seeks approximately 23,814 rentable square feet (RSF) of contiguous ground-floor space. The lease will have a 10-year firm term and a 10-year soft term. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 24, 2026, by 4:00 PM EST.
Scope of Work
The VA requires a modern, soundly constructed facility to house a CBOC, supporting various clinical operations including Patient Aligned Care Teams (PACT), Audiology, Eye, Mental Health, Physical Medicine and Rehabilitation (PM&R), Prosthetics, Pathology, Pharmacy, and administrative services. The space must be contiguous, on the ground floor, in a professional setting, and located within 0.10 miles of public transportation.
Key Requirements
- Space Size: Minimum 23,814 RSF (17,640 ABOA SF), maximum 25,004 RSF.
- Parking: Minimum of 100 secured and lit government-reserved parking spaces.
- Vending Facility: Approximately 250 ABOA SF.
- Building Standards: Must meet VA Technical Information Library (TIL) standards, federal laws, building/fire codes, and ADA. No FEMA 100-year floodplain, zoned for VA use, no residential quarters in the same building, and compatible with VA's intended use (away from incompatible areas).
- Environmental & Safety: Compliance with seismic safety, asbestos regulations, accessibility, fire protection, life safety, and energy efficiency (ENERGY STAR® label or equivalent). A Phase I Environmental Site Assessment (ESA) is required.
- Security: Facility Security Level II (FSL II) requirements, including video surveillance, intrusion detection systems (IDS), duress alarms, and physical access control.
- Tenant Improvement Allowance: $250.00 per ABOA SF.
- Lease Type: Fully serviced, turnkey lease.
Contract Details
- Contract Type: Lease Agreement (Solicitation)
- Lease Term: 20 Years (10-year firm, 10-year soft)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 531120 (Exception)
- Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics)
Submission & Evaluation
- Proposals Due: April 24, 2026, by 4:00 PM EST.
- Submission Method: Email only to Andre.Pharms@va.gov, Jeffrey.Deering@va.gov, and SMONKEWICZ@CRCRE.COM.
- Proposal Format: Two separate volumes: Technical (Volume 1, no pricing) and Price (Volume 2).
- Evaluation Criteria: Best value tradeoff process, considering Site, Facility, Experience, Past Performance, and Socio-Economic Status. Site is the most important factor.
- Questions Due: March 27, 2026, by 3:00 PM CST.
Important Notes
Offerors must be registered in the System for Award Management (SAM) prior to lease award. Exhibit U (Broker Commission Agreement) must be requested via email from Stephen Monkewicz (SMONKEWICZ@CRCRE.COM).