X1DB--FY26 New Replacement/relocation: Palm Bay CBOC

SOL #: 36C24826R0103Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

FL

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 27, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
Jun 12, 2026, 6:00 AM

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 Contracting Office 8, is soliciting proposals for a build-to-suit lease for the FY26 New Replacement/relocation of the Palm Bay Community Based Outpatient Clinic (CBOC) in Palm Bay, FL. This opportunity seeks a fully serviced, turnkey lease for approximately 18,121 to 19,486 ABOA square feet of contiguous, first-floor clinical space. Proposals are due by June 12, 2026.

Scope of Work

The selected lessor will be responsible for providing a modern, aesthetically pleasing facility built to VA Design Guides, TIL, and End User requirements. Key aspects include:

  • Space: Contiguous, first-floor space in a prime commercial area, accommodating various clinical departments (e.g., PACT, Audiology, Mental Health, Pharmacy) and support services. The lease also requires 132 surface parking spaces (4 reserved for Government) and approximately 250 ABOA SF for a vending facility.
  • Infrastructure: Dedicated Telecommunications Rooms meeting stringent OIT standards (e.g., 69°F climate control, Cat 6A cabling, dual-factor access), and adherence to VA's Telecommunications Room Rack Utilization guidance.
  • Security: Compliance with Facility Security Level II requirements, including CCTV, Intrusion Detection Systems (IDS), duress alarms, and a prohibition on connecting building access control systems to federal IT networks. Physical security systems must meet OVAHCS technical specifications.
  • Interior Design: Adherence to the VA Interior Design Manual, with all finish selections requiring VA approval.
  • Construction Standards: Compliance with prevailing wage rates (DOL Wage Determination), ENERGY STAR, seismic safety, accessibility, fire protection, and environmental standards (no asbestos, Phase I Environmental Site Assessment, National Historic Preservation Act compliance).
  • Services: The lease must be fully serviced, including janitorial, basic cable, guest high-speed internet Wi-Fi, security monitoring, and maintenance.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (Request for Lease Proposals - RLP)
  • Product Service Code: X1DB (Lease/Rental Of Laboratories And Clinics)
  • NAICS Code: 531120 (Lessors of Real Estate)
  • Lease Term: 15 Years, with a 5-Year Firm Term.
  • Proposal Due: June 12, 2026, 2:00 PM EST.
  • Published: April 28, 2026.

Eligibility & Evaluation

  • Set-Aside: Small Business (HUBZone small business concerns may waive price evaluation preference).
  • Evaluation: Award will be based on a best-value tradeoff process, where technical factors are significantly more important than price. Technical factors include Land Use, Neighborhood, Amenities, Access, Parking, Visibility/Direct Access, Computer Drawings, Security, Construction Contractor Experience, Flooding/Environmental Issues, and Occupancy.
  • Requirements: Offerors must be registered in SAM.gov prior to lease award and submit Design Intent Drawings (DIDs) before award.

Submission Requirements

Proposals must be submitted via email to Brittany.Rodriguez@va.gov. A comprehensive Offeror Submittal Checklist (Exhibit O) details required documents, including GSA Forms 1364 (Proposal to Lease Space) and 1217 (Lessor's Annual Cost Statement), Security Unit Price List, Tenant Improvements Cost Summary (TICS), and a Past Performance Questionnaire. Compliance with FAR 52.204-24 regarding telecommunications equipment is mandatory.

People

Points of Contact

Brittany RodriguezLease Contracting SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
Version 1
Pre-Solicitation
Posted: Apr 27, 2026
View