X1DB - Looking to lease in Litchfield, MN New Community Outpatient Clinic Space SDVOSB Set-Aside (Trade-off Evaluation)
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 Network Contract Office 23, is soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside to lease a new Community Outpatient Clinic (CBOC) space in Litchfield, MN. The requirement is for a minimum of 18,398 ABOA (ANSI/BOMA Occupant Area) to a maximum of 24,837 RSF (Rentable Square Feet) of contiguous space. The lease will be a fully serviced, turnkey agreement for a 20-year term, with a 10-year firm period. Offers are due by May 1, 2026, at 10:00 AM CST.
Scope of Work
The VA seeks a modern, quality building of sound construction, potentially new or modernized/adaptively reused. Key requirements include:
- Space: 18,398 ABOA to 24,837 RSF of contiguous space.
- Parking: 124 surface/outside reserved spaces.
- Lease Type: Fully serviced, turnkey lease covering shell upgrades, tenant improvements (TIs), operating costs, taxes, and security.
- Building Standards: Compliance with accessibility requirements, energy efficiency (Green Globes for New Construction accepted in lieu of LEED Silver), and environmental due diligence. New construction projects must adhere to specific labor standards (Davis-Bacon Act), security protocols (no blast/progressive collapse for FSL II), and sustainability certifications.
- Infrastructure: Battery backup (minimum 4 hours) for IT and security equipment is required; a generator is not. Specific agency requirements for design, construction, and tenant improvements are detailed in Exhibit D, covering HVAC, electrical, telecommunications, security systems, and room accessories. A detailed space plan (Exhibit C.1) outlines room-specific technical requirements.
Contract Details
- Contract Type: Lease (Solicitation)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 531120 (Lease/Rental Of Laboratories And Clinics)
- Lease Term: 20 years, with a 10-year firm term. Government termination rights apply after the firm term with 90 days' notice.
- Planned Occupancy Date: November 1, 2027.
Submission & Evaluation
- Offers Due: May 1, 2026, by 10:00 AM CST.
- Submission Method: Email to Robert.Hausman2@va.gov and Corina.Gold@va.gov. Offerors must complete Exhibit E (Tenant Improvements Cost Summary) and acknowledge receipt of all amendments.
- 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.
Important Notes
Offerors must have an active SAM registration prior to lease award. Amendments have clarified various requirements, including the removal of transit requirements and specific design elements like covered main entrance canopies and certain door types.