SOURCES SOUGHT
X -- Worcester Plantation St CBOC - Succeeding Lease FY2025
- Notice Date
- 10/16/2025 6:32:52 AM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0015
- Response Due
- 10/22/2025 1:00:00 PM
- Archive Date
- 12/21/2025
- Point of Contact
- Realty Specialist, Melinda Sanderson, Phone: 207-623-8411
- E-Mail Address
-
Melinda.Sanderson@va.gov
(Melinda.Sanderson@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice DEPARTMENT OF VETERANS AFFAIRS (VA) ADVERTISEMENT FOR SUCCEEDING LEASE ACTION The Department of Veterans Affairs (Government) intends to award a succeeding lease to Worcester City Campus Corporation under the authority of General Services Acquisition Manual (GSAM) Part 570.402. This regulation authorizes use of the sole source lease awards where it is determined that award to any other location would result in substantial duplication of costs to the Government that are not expected to be recovered through competition. THIS ADVERTISEMENT IS NOT A REQUEST FOR LEASE PROPOSALS- However, any party who believes it can provide a facility that would satisfy the above requirements, is invited to submit a written statement of capability to do so, with evidence to support its claim. Responses received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this advertisement. This advertisement does not obligate the Government to award any lease contract. The Department of Veterans Affairs currently occupies clinical and related space at 377 Plantation St Worcester MA 01655 in a lease that expires December 20, 2025. To satisfy the VA mission requirements, the current Worcester Annex Community Based Outpatient Clinic (CBOC) must remain operational. Term: Estimated term is up to 10-years; with 2 five-year renewal options. Tenant Improvements: No tenant improvements will be performed under the succeeding lease award. Space Availability: The space must be available for occupancy by December 21, 2025. Rentable Square Feet: Approximately 13,500 Rentable Square Feet (RSF) of Medical Space. Location: To be considered, space must be within the following delineated area: City Limits of Worcester, MA The Government will consider alternative space if it is economically advantageous, and that otherwise the Government intends to pursue a sole source acquisition.� In making this determination, VA will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements as well as all costs likely to be incurred through relocating such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime.� VA will consider leased space located in another existing building providing all costs mentioned above can be offset by competition. Affirmative responses to this advertisement: Interested parties are invited to submit the above notice and evidence via email to Melinda.Sandrson@va.gov no later than October 22, 2025, by 4 PM EST. RESPONDENTS ARE ADVISED THAT THE VA ASSUMES NO RESPONSIBILITY TO AWARD A LEASE BASED UPON ANY AFFIRMATIVE RESPONSE TO THIS ADVERTISEMENT. Attachment - Small Business, VOSB or SDVOSB Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $47 million. Responses to this notice will assist the VA in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at https://www.vip.vetbiz.va.gov. All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project. A submission checklist is provided below for firms to fill out and submit which will serve as the firm s Capabilities Statement. Capabilities Statement Will Include: 1. Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.va.gov/); 3. Evidence of ability to offer as a small business under NAICS Code 531120 and listing 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 size and scope completed in the past five (5) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or healthcare facilities relevant to the project described above. (3-page limit); 5. Evidence of your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and 6. Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability. ***Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. ***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/33f2e8f9b1604b499e00e41959bcf2e3/view)
- Place of Performance
- Address: Worcester, MA 01655, USA
- Zip Code: 01655
- Country: USA
- Zip Code: 01655
- Record
- SN07621279-F 20251018/251016230039 (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 |