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) is soliciting proposals for a new Community Outpatient Clinic (CBOC) in Litchfield, MN. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a fully serviced, turnkey lease of approximately 18,398 to 24,837 ABOA (ANSI/BOMA Occupant Area) of contiguous space. Proposals are due May 1, 2026, by 10:00 AM CST.
Purpose & Scope
The VA seeks a modern, quality building to establish a new CBOC. The facility must meet specific requirements for amenities, accessibility, and environmental standards. Offerors are responsible for developing a design solution, as a formal design program is not included in the Request for Lease Proposals (RLP). Tenant improvement (TI) design will be required post-award, with final layout subject to Government review.
Key Requirements
- Space: 18,398 to 24,837 ABOA of contiguous space.
- Building Quality: Modern, sound construction; if not new, must be modernized or adaptively reused.
- Parking: 124 surface/outside reserved spaces required.
- Amenities: Restaurants, retail shops, cleaners, and banks must be located within the vicinity, accessible via continuous sidewalks/walkways, and exist by the Government's required occupancy date.
- Utilities: Fully serviced lease, including utilities.
- Environmental: Compliance with environmental due diligence and NEPA requirements; no known hazardous conditions.
- Accessibility: Must meet accessibility requirements or include plans for improvements.
- Energy Efficiency: Preference for ENERGY STAR® labeled buildings; requirements for energy efficiency improvements.
- Security: Facility security level (FSL) will be determined.
- Detailed Space Plan: Exhibit C.1 provides a detailed breakdown of space allocation and specifications for various functional areas, critical for understanding physical requirements and layout.
Contract Details
- Contract Type: Fully serviced, turnkey lease. Rent covers shell upgrades, TIs, operating costs, taxes, and security.
- Lease Term: 20 Years, with a 10-year firm term. Government termination rights after the firm term (90 days' notice).
- Occupancy Date: Planned for November 1, 2027.
- NAICS Code: 531120 (Exception).
Submission & Evaluation
- Proposals Due: May 1, 2026, by 10:00 AM CST.
- Submission Method: Email to ROBERT.HAUSMAN@VA.GOV and CORINA.GOLD@VA.GOV.
- Evaluation Criteria: Award will be based on a best-value tradeoff process, considering technical factors (compliance with RLP, location, schedule/plans) and price. Technical factors are significantly more important than price. Past performance is also a factor.
- Eligibility: This is an SDVOSB Set-Aside. Offerors must have an active SAM registration prior to lease award.
Important Notes
- Amendment 1 added Exhibit C.1 (Detailed Space Plan), clarified amenity requirements, and deleted transit requirements (RLP 1.05C).
- Offerors must sign and return the "Acknowledgement of Receipt" form (Addendum No. 1) via email to the listed contacts.