X1DB - Looking to lease in Litchfield, MN New Community Outpatient Clinic Space SDVOSB Set-Aside (Trade-off Evaluation)

SOL #: 36C26326R0013Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Litchfield, MN

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
May 8, 2026, 3:00 PM

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 Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside lease opportunity for a new Community Outpatient Clinic (CBOC) in Litchfield, MN. The VA seeks 18,398 to 24,837 square feet of contiguous space under NAICS 531120. This is a fully serviced, turnkey lease with a 20-year term (10 years firm). Proposals are due by May 8, 2026, at 3:00 PM ET.

Opportunity Details

This solicitation (36C26326R0013) is for the lease of a new CBOC facility in Litchfield, MN. The requirement is for a minimum of 18,398 ANSI/BOMA Occupant Area (ABOA) and a maximum of 24,837 Rentable Square Feet (RSF) of contiguous space. The contract type is a fully serviced, turnkey lease, meaning rent covers shell upgrades, tenant improvements, operating costs, taxes, and security. The planned occupancy date is November 1, 2027.

Scope of Work & Requirements

The VA requires a modern building of sound construction, either new or recently modernized/reused. Key requirements include:

  • Space: 18,398 ABOA minimum, 24,837 RSF maximum.
  • Parking: 124 surface/outside reserved spaces; no structured/inside spaces required.
  • Amenities: Must be located within the vicinity of the building, accessible via continuous sidewalks/walkways, and exist by the occupancy date.
  • Building Standards: Compliance with environmental due diligence, accessibility standards, and energy efficiency (preference for ENERGY STAR® label, Green Globes NC accepted in lieu of LEED Silver).
  • Security: Facility Security Level (FSL) will be determined; no blast or progressive collapse requirements for FSL II.
  • Tenant Improvements (TI): Offerors are responsible for developing a design solution, with TI design required post-award. The intended pricing method is "Tenant Improvements included in Offer."
  • Utilities: Fully serviced lease including utilities from a reputable third-party provider. A generator is not required; battery backup (minimum 4 hours) is needed for IT and security equipment.

Contract & Submission Details

  • Contract Type: Lease (20 years, 10 years firm term).
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 531120 (Exception).
  • Proposal Due Date: May 8, 2026, by 3:00 PM ET (previously May 1, 2026).
  • Submission Method: Email proposals to ROBERT.HAUSMAN@VA.GOV and CORINA.GOLD@VA.GOV.
  • Contact: Corina C Gold (Corina.Gold@va.gov) and Robert A Hausman (Robert.Hausman2@va.gov).
  • Eligibility: Offerors must have an active SAM registration prior to lease award.

Evaluation Criteria

Award will be based on a best-value tradeoff process. Technical factors (compliance with RLP, location, schedule, plans) are significantly more important than price. Past performance is also a factor.

Key Amendments & Clarifications

  • Amendment 3 extended the proposal due date to May 8, 2026.
  • Amendment 2 clarified that Green Globes for New Construction is accepted, removed specific security pricing requirements, and confirmed the ABOA minimum and RSF maximum. It also specified that a generator is not required, and no covered main entrance canopy or blast/progressive collapse requirements apply for FSL II.
  • Amendment 1 added a detailed space plan (Exhibit C.1), clarified amenity requirements, and deleted transit requirements. Offerors must acknowledge receipt of all amendments.

Important Documents

The RLP package includes the main RLP document, a draft lease template (Exhibit M), agency-specific requirements (Exhibit D), a detailed space plan (Exhibit C.1), and new construction clauses (Exhibit J). These documents provide comprehensive details on technical specifications, lease terms, and submission requirements.

People

Points of Contact

Corina C GoldContract SpecialistPRIMARY
Robert A HausmanSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 1, 2026
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1
Solicitation
Posted: Mar 18, 2026
View
X1DB - Looking to lease in Litchfield, MN New Community Outpatient Clinic Space SDVOSB Set-Aside (Trade-off Evaluation) | GovScope