SOURCES SOUGHT
X -- THE DEPARTMENT OF VETERANS AFFAIRS (VA) IS SEEKING EXPRESSIONS OF INTEREST (EOI) FOR A POTENTIAL OPPORTUNITY TO LEASE SPACE TO THE GOVERNMENT.
- Notice Date
- 8/21/2025 6:28:03 PM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- RPO WEST (36C24W) MCCLELLAN CA 95652 USA
- ZIP Code
- 95652
- Solicitation Number
- 36C24W25Q0411
- Response Due
- 9/25/2025 11:59:00 PM
- Archive Date
- 11/25/2025
- Point of Contact
- Lease Contracting Officer, Alex Ortiz, Phone: NA, Fax: NA
- E-Mail Address
-
alexander.ortiz@va.gov
(alexander.ortiz@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 THE DEPARTMENT OF VETERANS AFFAIRS (VA) IS SEEKING EXPRESSIONS OF INTEREST (EOI) FOR A POTENTIAL OPPORTUNITY TO LEASE SPACE TO THE GOVERNMENT. EOI Due: Friday, September 25, 2025. Responses after this date will not be considered. Market Survey (Estimated): October November 2025. Email EOI to: Alex Ortiz, Lease Contracting Officer, Email: alexander.ortiz@va.gov AND: Jessica Nonaka Lease Contract Specialist Email: jesicca.nonaka@va.gov Notice: This advertisement is not a solicitation for offers, nor a request for proposals. Its purpose is to solely identify potential sources and suitable locations for a real property lease. The Government is not responsible for any costs incurred as a result of this advertisement. No warranty, expressed or implied, is provided regarding the accuracy, reliability, or completeness of any information in this advertisement. The Government is under no obligation to respond to inquiries, nor to award a lease based on responses received. The Government is limited by law (41 C.F.R. ยง102-73.55) to pay no more than the appraised fair rental value for leased space. GENERAL DESCRIPTION OF REQUIREMENTS: VA will consider EOI for existing space with construction buildout of tenant improvements. A minimum of 5,916 to a maximum of 6,212 American National Standards Institute/Building Owners and Managements Association (ANSI/BOMA) Square Feet (ABOA SF) not to exceed 6,922 Rentable Square Feet (RSF) of medical space and 40 parking spaces for automobiles. STATE: Nevada CITY: Las Vegas (See Delineated Area Boundaries) LEASE TERM: 10 years, 7 years firm. LEASE TYPE: Full-Service. DELINEATED AREA BOUNDARIES: To be considered, properties must be located within the area described and bounded by the following roads below or must front on any of these boundary lines. North: Beginning at the intersection of W Grand Teton Dr and Hualapai Way, east on W Grand Teton Dr to Tule Springs Pkwy, south on Revere St, east on Clark County Rd 215, ending at the Intersection of Clark County Rd 215 and N 5th St. East: Beginning at the intersection of Clark County Rd 215 and N 5th St, south on N 5th St and ending at the intersection of N 5th St and E Alexander Rd. South: Beginning at the intersection of N 5th St and E Alexander Rd, west on E Alexander Rd and ending at State Route 599, resuming west on W Alexander Rd, and ending at the intersection of W Alexander Rd and N Grand Canyon Dr. West: Beginning at the intersection of W Alexander Rd and N Grand Canyon Dr, north to the intersection of N Grand Canyon Dr and W Lone Mountain Rd, west to the intersection of W Lone Mountain Rd and N Hualapai Way, and ending at the intersection of N Hualapai Way and W Grand Teton Dr. DELINEATED AREA MAP: ADDITIONAL REQUIREMENTS FOR THE OFFERED SPACE: Suitable for VA s intended use as medical space. Contiguous single floor. Ground floor space is preferred. If space is above the ground floor, at least two elevators are required. The following space configurations will not be considered: Spaces with atriums or similar areas that interrupt contiguous space, extremely long or narrow lengths of space (length more than twice the width), Irregular shapes or other unusual building features that affect usable space. Capable of conveying a professional appearance, with attractive, prestigious, and professional surroundings as determined by the Lease Contracting Officer. Within close proximity (1/8 mile) to: Amenities e.g., restaurants, pharmacies, shopping, banking etc. Public transportation. A bus stop shall be located near the building. Bifurcated sites, inclusive of parking, are not permissible. Sufficient natural lighting as determined by the Lease Contracting Officer. On-site parking for a minimum of 40 standard-sized automobiles within 200 feet of the building s front entrance. Parking under the building is not allowed. Must have appropriate zoning for VA s intended use or provide evidence, acceptable to the Lease Contracting Officer, that such zoning approval can be obtained. Traffic flow to site shall not interfere with ingress/egress accessible by a public right-of-way. Location should be minimum of approximately 400 walkable feet from the following establishments: marijuana dispensary, firearm store, shooting range and gentleman s club/strip club. Will not be considered where apartment space or other living quarters are located within the same building. Not in the FEMA 100-year flood plain. Capable of meeting federal and local Government requirements for fire protection and life safety, physical security, accessibility, seismic, and sustainability standards per the terms of the request for proposals if one is issued. Estimated date of occupancy: 4/1/2027 TO BE CONSIDERED FOR THE MARKET SURVEY, ALL EOI SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, IF APPLICABLE, BY THE EOI DUE DATE: Property owner or owner representative contact information (name, phone, and email). Evidence the owner representative has the authority to represent the property owner. Building address. Identify the building/address on a map, demonstrating the building is within the delineated area. FEMA map showing the building/property lies outside the 1-percent-annual chance floodplain (formerly referred to as ( 100-year floodplain). Description of ingress/egress to the building from a public right-of-way. Description of the uses of adjacent properties. Narrative and map describing proximity of the building to the nearest public transportation and major transportation routes. Description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction. Site plan depicting the property boundaries, building, parking, and amenities. Floor plan showing the floor, ABOA SF, and RSF of proposed space. Number of parking spaces to be dedicated for VA s use. Statement of the willingness to meet the governments requirements. Statement of any changes to the property necessary to be compatible with VA s intended use. Statement indicating the current availability of utilities serving the proposed space or property. City zoning map of building/property showing that the space is zoned for medical use. Annual rental rate per RSF per year for the following components of rent. Base Rent: Property taxes: Building insurance: Repairs and maintenance: Operating expenses: State what OPEX includes and respective cost for each element. Whether the EOI is a Small Business, Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Large Business. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) AND SMALL SIZE STANDARD: The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings. The small business size standard is $34 million average annual receipts. See link for further information https://www.sba.gov/document/support-table-size-standards . Information is requested from interested parties capable of successfully performing a lease contract, which includes design and construction of tenant improvements within an existing building, as well as all maintenance and operational responsibilities throughout the lease term. MAGNITUDE OF THE ANTICIPATED CONSTRUCTION/BUILDOUT FOR THIS PROJECT IS: Between $1,000,000 and $4,000,000 VA does not make progress payments during the design or construction/build-out phases of the project. Instead, the VA may elect to make a single lump-sum payment upon acceptance of the space, amortize specified costs over the firm term, or both. Rent payments will be paid in arrears following acceptance of the space. SET-ASIDE INFORMATION: Responses to this notice will assist VA in determining if this acquisition should be set-aside for competition and restricted to Veteran Owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB) concerns in accordance with 38 USC Sec. 8127. VOSB, SDVOSB, and Small Business concerns are invited to submit an expression of interest for this project. SDVOSB and VOSB concerns must be registered with SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov. All business concerns must possess the technical skills and financial capabilities necessary to fulfill the stated requirements. Interested firms are requested to submit a Capabilities Statement to demonstrate their qualifications. A submission checklist and an information sheet are provided below to assist firms in completing and submitting their Capabilities Statement. CAPABILITIES STATEMENT WILL INCLUDE: 1. Company name, address, point of contact, phone number, System for Award Management (SAM.GOV) Unique Entity ID, and e-mail address. 2. Evidence of registration with SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov . 3. Evidence of ability to offer as a small business under NAICS Code 531120 as selected in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system. 4. A summary describing at least three (3) projects of similar or greater size and scope completed in the past five (5) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit); 5. Evidence of capability to obtain financing for a project of this size. In addition, the company may provide a supplemental narrative of up to two (2) pages describing its capabilities. Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET SAM.GOV UEI number: Company name: Company address: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Evidence of registration with SBA s Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov . Evidence of ability to offer as a small business under NAICS Code 531120 as selected in the System for Award Management (www.SAM.gov ), including a copy of the representations and certifications made in SAM. A summary describing at least three (3) projects of similar or greater size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing relevant Federal leased facilities or health care facilities (3-page limit). Evidence of capability to obtain financing for a project of this size. By: ____________________________________ (Signature) ________________________________________________________________ (Print Name, Title)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54d174fc43854f0ab8083c9416791468/view)
- Place of Performance
- Address: Las Vegas
- Record
- SN07562061-F 20250823/250821230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |