Skip to content
Department of Veterans Affairs

X1DZ--Fort Wayne Mental Health PRE-SOLICITATION NOTICE 36C25026R0046

Solicitation: 36C25026R0046
Notice ID: b7b771bbad984d2e9657565b5dbc184d
TypePresolicitationNAICS 531120PSCX1DZDepartmentDepartment of Veterans AffairsStateINPostedFeb 06, 2026, 12:00 AM UTCDueFeb 23, 2026, 08:00 PM UTCCloses in 1 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: IN. Response deadline: Feb 23, 2026. Industry: NAICS 531120 • PSC X1DZ.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,595,675,818
Sector total $1,653,287,284 • Share 96.5%
Live
Median
$1,753,928
P10–P90
$123,990$177,792,049
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.5%
share
Momentum (last 3 vs prior 3 buckets)
+5750%($1,542,039,480)
Deal sizing
$1,753,928 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for IN
Live POP
Place of performance
Fort Wayne, Indiana • United States
State: IN
Contracting office
Dayton, OH • 45428 USA

Point of Contact

Name
Nathan Hainstock
Email
Nathan.hainstock@va.gov
Phone
(734) 222-7148

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
250-NETWORK CONTRACT OFFICE 10 (36C250)
Office
Not available
Contracting Office Address
Dayton, OH
45428 USA

More in NAICS 531120

Description

PRE-SOLICITATION NOTICE 36C25026R0046 SAM-NOTICE 36C250-26-AP-2212 Mental Health Facility, Fort Wayne, IN The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for 23,500 American National Standards Institute/Building Owners & Managers Association (ANSI/BOMA) of Space in Fort Wayne, IN Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for lease proposals. The purpose of this advertisement is to identify potential sources and suitable locations and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. An RLP may or may not be released. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability, or completeness of contents of the furnished information found within this advertisement; Government is under no obligation to respond to and is unable to answer any inquiries regarding this advertisement. The NAICS Code is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $34 Million. The Department of Veterans Affairs (VA) IS ALSO conducting market research, seeking capable sources that are classified and registered at https://veterans.certify.sba.gov/ as either Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in leasing space to the Department of Veterans Affairs. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, IN 46240 Description: The Department of Veterans Affairs seeks to lease 23,500 ABOA square feet (SF) of space and 165 parking spaces with 39 Handicap compliance for use by the VA as a Veteran Center. The space shall be located within the delineated area stated below. VA will consider space located in an existing building as well as a building being constructed for multi-tenant use and not specifically a build-to-suit for VA use only. Public Utilities shall be available onsite. ABOA is generally defined as the space remaining once common areas, lessor areas, and non-programmatic areas required by code are deducted from the rentable square feet of the facility. ABOA does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. VA will provide all detailed definitions, should a solicitation for offers or request for proposals be issued for this project. Lease Term: Not to Exceed 20 years. Delineated Area: To receive consideration, submitted properties must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines: North: Washington Center Road, St Joe Center Road South: East State Boulevard East: Maplecrest Road West: US 27/Lima Road See the below-delineated area map for further clarification of the boundaries of the delineated area. ADDITIONAL REQUIREMENTS FOR SUBMISSIONS: Offered Space must be located within a single tenant building. Offered Space should preferably be located on the first (1st) floors and one single floor. Bifurcated sites, inclusive of parking, are not permissible. The following space configurations will not be considered: Space with atriums, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. Column size cannot exceed two (2) feet square and space between columns and/or walls cannot be less than twenty (20 ) feet Offered space cannot be in the FEMA 1-percent-annual-chance floodplain (formerly referred to as 100-year floodplain) Offered space must be zoned for VA s intended use by the time initial offers are due. Offered space will not be considered if located in close proximity to a property with incompatible uses, including but not limited to the following uses: liquor establishments, dispensaries, treatment centers, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. Offered space will not be considered if located in close proximity to residential or industrial areas. Offered space must be located in proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building; Offered space will not be considered if the location is irregularly shaped. Space will not be considered where apartment space or other living quarters are located within the same building. Offered space must be located in close proximity to amenities including but not limited to restaurants, hotels, pharmacies, and shopping. Offered space is preferred to be located in close proximity to a hospital or stand-alone emergency room center and a fire department; Offered space must be easily accessible to multiple major highways which provide multiple routes of travel; Parking under the space is not permissible. Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or requests for proposals. A fully serviced lease is required. Offered space must be compatible with VA s intended use. ALL SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION: Name and address of current property owner; Address or described location of building; Location on a map, demonstrating the building lies within the Delineated Area; as to whether the building lies within the Delineated Area; Description of ingress/egress to the building from a public right-of-way; Description of the uses of adjacent properties; FEMA map of location evidencing floodplain status; A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction; A document indicating the type of zoning; A description of any changes to the property necessary to be compatible with VA s intended use; Building owners shall provide evidence of ownership. Non-owners (e.g. prospective developers/lessors) submitting a building shall provide evidence of permission or authority granted by the property owner to submit the building to VA for development; Any information related to title issues, easements, and restrictions on the use of the building; A statement indicating the current availability of utilities serving the proposed space or property. If you are qualified as a Veteran Owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $34 million, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement; Market Survey (Estimated): March 2026 Occupancy (Estimated): FY 26 or FY27 All interested parties must respond to this advertisement no later than February 23, 2026, at 3:00 P.M. LOCAL TIME. Please submit your response (electronic) to: Lee Grant, Lee.grant@va.gov Nathan Hainstock, Nathan.hainstock@va.gov Lori Howard Lori.Howard@va.gov Attachment - VOSB or SDVOSB Status 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. The NAICS Code for this procurement is [531120 Lessors of Nonresidential Buildings], and the small business size standard is $34 million. Responses to this notice will assist in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 8127. The magnitude of the anticipated construction/buildout for this project is: __ (a) Less than $25,000; __ (b) Between $25,000 and $100,000; __ (c) Between $100,000 and $250,000; __ (d) Between $250,000 and $500,000; __ (e) Between $500,000 and $1,000,000; __ (f) Between $1,000,000 and $2,000,000; __ __(g) Between $2,000,000 and $5,000,000; (h) Between $5,000,000 and $10,000,000; __X (i) Between $10,000,000 and $20,000,000; __ (j) Between $20,000,000 and $50,000,000; __ (k) Between $50,000,000 and $100,000,000; __ (l) More than $100,000,000. VA makes monthly rental payments in arrears upon facility acceptance and may elect to make a single lump-sum payment or amortize over the course of the firm term for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project. Project Requirements: This Pre-Solicitation Notice seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price. More information on VA s requirements can be found on the Technical Information Library at the following link: https://www.cfm.va.gov/til/leasing.asp . SDVOSB and VOSB firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in https://veterans.certify.sba.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 and information sheets are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement. Capabilities Statement: 1. Company name, address, point of contact, phone number, Experian Business Identification Number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at https://veterans.certify.sba.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 health care facilities relevant to the project described above. (3-page limit); and 5. 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. CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Fort Wayne Mental Health Lease Pre-Solicitation Notice Company name: __________________________________________ Company address: __________________________________________ Experian Business ID Number: __________________________________________ UEI Number: __________________________________________ Point of contact: __________________________________________ Phone number: __________________________________________ Email address: __________________________________________ The following items are attached to this Capabilities Statement: Evidence of SDVOSB or VOSB status through registration at https://veterans.certify.sba.gov/; Evidence of ability to offer as a small business under NAICS Code [531120] and listing in the System for Award Management (www.SAM.gov), with representations and certifications; A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to (input project specific NUSF). (3-page limit); and Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. By: _________________________________________________ (Signature) __________________________________________________ (Print Name, Title, Date)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.