X1DZ--Lease of Space for a Community Based Outpatient Clinic in Berks County, PA 33020 Rentable / 28,128 ABOA
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 the lease of space for a Community Based Outpatient Clinic (CBOC) in Berks County, PA. The VA requires approximately 33,020 Rentable Square Feet (RSF) / 28,128 ANSI/BOMA Occupant Area (ABOA). This is a Full and Open Competition opportunity. Proposals are due April 13, 2026, at 3:00 PM EST.
Scope of Work & Key Requirements
The VA seeks a modern, quality building for a 10-year firm lease term, with occupancy targeted by March 18, 2027. The space must be contiguous, preferably on the first floor, and fully compliant with ADA/ABAAS standards. Key requirements include:
- Space Configuration: Must accommodate the PACT (Patient Aligned Care Team) space model.
- Parking: Minimum of 150 dedicated, secured, and lit parking spaces, including 15 accessible spaces. This number may increase to meet local code.
- Location: Within a delineated area of Berks County, PA, with a specific address for consideration at 2762 Century Boulevard, Wyomissing, PA 19610. The location must offer proximity to amenities, public transportation, and be visible from a main street, avoiding areas near schools.
- Building Standards: New construction must adhere to LEED Checklist standards (certification not required). Existing buildings are not required to meet the LEED checklist.
- Security: The facility must meet Facility Security Level II (FSL II) requirements.
- Services: This is a full-service lease, meaning the Lessor is responsible for shell upgrades, Tenant Improvements (TI), operating costs, common area maintenance, taxes, and security upgrades. The Government will provide janitorial services, but the Lessor is responsible for maintaining plants/lawns, light bulbs, and pest control. TI costs are lump sum.
Contract & Timeline
- Contract Type: Lease Agreement (Combined Synopsis/Solicitation)
- Lease Term: 10 Years Firm
- Response Due: April 13, 2026, 3:00 PM EST
- Published Date: March 26, 2026
Submission & Evaluation
Proposals must be submitted electronically only, organized into specific volumes as detailed in Attachment 4. Required forms include GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), Tenant Improvement Cost Summary (TICS), Security Unit Price List (Exhibit J), and a Past Performance Questionnaire. Award will be based on a best value tradeoff, considering:
- Factor 1: Quality (Location, Building/Design Concept, Lessor/Subcontractor Capability, Project Management for Design/Build-Out, Project Management for Lease Administration/Operations)
- Factor 2: Past Performance
- Factor 3: Price All factors are considered equally important.
Eligibility & Set-Aside
- Competition: Full and Open Competition
- NAICS Code: 531120 (Lessors of Nonresidential Buildings), Size Standard: $47 million.
- Registration: Offerors must have an active registration in the System for Award Management (SAM) under NAICS 531120.
Additional Notes
A pre-proposal meeting was held on March 18, 2026. All questions regarding the RLP must be submitted in writing via email to the Point of Contact. The latest amendments clarify space measurements (28,128 ABOA / 33,020 RSF) and update location evaluation criteria.