Skip to content
Department of Veterans Affairs

X1DB--VHA Tele-ICU East Office (VA-26-00031703)

Solicitation: 36C25026R0053
Notice ID: d9bb4be2b11744d39cbc13bc854aa788
TypeSources SoughtNAICS 531120PSCX1DBDepartmentDepartment of Veterans AffairsStateOHPostedFeb 25, 2026, 12:00 AM UTCDueMar 16, 2026, 05:00 PM UTCCloses in 19 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: OH. Response deadline: Mar 16, 2026. Industry: NAICS 531120 • PSC X1DB.

Market snapshot

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

12-month awarded value
$1,633,741,739
Sector total $1,691,982,756 • Share 96.6%
Live
Median
$1,179,695
P10–P90
$173,586$107,649,069
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.6%
share
Momentum (last 3 vs prior 3 buckets)
+5892%($1,580,105,401)
Deal sizing
$1,179,695 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 OH
Live POP
Place of performance
Mason, Ohio • United States
State: OH
Contracting office
Dayton, OH • 45428 USA

Point of Contact

Name
Kevin Adkins
Email
Kevin.Adkins@va.gov
Phone
317-988-1544

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

` Presoliciation Notice VA Tele-ICU East, Mason, Ohio 36C25026R0053 The U.S. Department of Veterans Affairs (VA) Seeks Expressions of Interest for a Rental Property Lease of 5,400 ABOA in Mason, Ohio. Notice: This advertisement is an advertisement for a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for 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 because of this advertisement. 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; the Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement. Description: VA seeks to lease of 5,400 ABOA, not to exceed 6,750 RSF of medical space; and 25 surface parking spaces, for use by the VA as a Tele-ICU Clinic in the delineated area outlined within Mason, Ohio, below. VA will consider leased space in existing buildings. Prefer a single tenant building, but multi-tenant buildings will be considered as well. Lease Term: Up to 20 -Years Delineated Area: To receive consideration, submitted properties must be located within or adjacent to the area as outlined below: (SEE MAP AND DESCRIPTION ON THE NEXT PAGE) Northern Boundaries Socialville-Foster Road Eastern Boundaries US Route 22 / OH Route 3 Southern Boundary East Kemper Road Western Boundary Butler-Warren Road and Conrey Road Additional Requirements: Existing buildings will be considered. The site must be able to support municipal water and sewer utility services. Be located on a single contiguous floor. Bifurcated sites, inclusive of parking, are not permissible. The following space configurations will not be considered: Space with atriums or other areas interrupting contiguous space, 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. Offered space cannot be in the FEMA 1-percent-annual-chance flood. Offered space must be zoned for VA s intended use. Offered space will not be considered if located in close proximity to residential neighborhood and properties with incompatible uses, including but not limited to the following uses: liquor establishments, treatment centers, cannabis stores, correctional facilities, where firearms are sold/discharged, railroad tracks, or within flight paths. 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, pharmacy, and shopping; Offered space must be located in close proximity to a hospital or stand-alone emergency room center and a fire department; Offered space must be located in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building, along with sidewalk access to the building. Offered space must be easily accessible to multiple highways which provide multiple routes of travel; The parking lot must be able to accommodate deliveries by a box truck to the loading area; Structured parking under the space is not permissible; Offered space must meet Federal and Local Government requirements for fire safety, physical security, ADA accessibility, seismic, and sustainability standards per the terms of the formal request for proposals (pending issuance); A fully serviced lease is required; Space must not have any environmental issues or hazards; Must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. To be considered for a Market Survey, all expressions of interest submissions must include the following information, if applicable, by the expression of interest due date. Property Owner (or representative) contact information (name, phone number, and email); Evidence the owner/representative has the authority to represent the property owner; Building address or address of the geographical location of the land; Provide a map demonstrating the building or land parcel lied within the required delineated area; A description of ingress/egress to the building or land from a public right-of-way; Description of the uses of adjacent properties; Evidence of ADA& ABBAS compliance or stated willingness to upgrade space to meet requirements; A site plan depicting the property boundaries, building, parking, and amenities; Provide clear demonstration of the RSF and ABOA being offered under the submission; Provide descriptions of any changes to the property that might be necessary for compliance with the VA s intended use. Provide a statement and supporting documentation, if applicable, which demonstrates any environmental and/or cultural/historic studies applicable to the property (e.g. Phase I or Phase II ESAs, NEPA environmental assessments, or historical/archaeological surveys). Set Aside Determination: Any qualified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 {Lessors of Non-residential Buildings); with the associated small business size standard; your entity must meet the requirements outlined in the attachment titled: SDVOSB, VOSB, or JV Status , and submit the required certification information to the Lease Contracting Officer with any expression of interest submission. If you are a Joint Venture (JV) and intend to submit an offer as such; JV s must submit evidence of verification in the attachment titled: SDVOSB, VOSB, or JV Status , and submit the required certification information to the Lease Contracting Officer with any expression of interest submission. (to include JV s certification status as a legal SDVOSB entity; a copy of your JV agreement {a UEI number in the JV name, CAGE code number for the JV, and evidence of a proper JV agreement being in place}). If your entity does not meet the JV requirements outlined by the Small Business Association (SBA) and the new Code of Federal Regulations (CFR) by the close of the expression of interest due date, the submission will not be considered, and JV status will not be considered. Expression of Interest Due Date: All interested parties must respond to this announcement, and provide the required documentation under their submission, no later than March 16, 2026, at 1:00pm Local Time. Expression of Interest Submission Format: All submissions must be sent via email to Kevin Adkins at, Kevin.Adkins@va.gov and Lori Howard at, Lori.Howard@va.gov . Market Survey: The estimated Market Survey Timeframe is March / April 2026. Attachment SDVOSB, VOSB or JV Status The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard. Responses to this notice will assist VA's Office of Real Property (ORP) 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. The magnitude of the anticipated construction/build-out for this project is: (a) Between $1,000,000 and $3,000,000; 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. 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. Project Requirements: ORP 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, non-firm term included, 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 solicitations and expression of interest/sources advertisements, that are made public information via "Contract Opportunities" on www.SAM.gov. 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 through SBA's Veteran Small Business Certification (VetCert) at 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 sheet are provided below for firms to complete and submit, which will serve as the firm's capabilities Statement. Capabilities Statement Will Include: Company name, address, point of contact, phone number, Experian Business Identification Number, e-mail address, and an organizational chart showing the ownership percent for each individual of the SDVOSB or VOSB firm. If you are a Joint Venture (JV) and intend to submit an offer as such, you must provide evidence verification of the Joint Venture's certification status as a legal SDVOSB entity and a copy of your Joint Venture agreement (a UEI number in the JV name, CAGE number identified for the JV, and proper JV agreement in place). If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with the small business size standard, you must meet the requirements out lined in accordance with SBA and any applicable grace period allowable under the new SBA regulations. SBA has assumed control over the SDVOSB and VOSB certification process. Contractors seeking SDVOSB or VOSB verification must be registered on SBA's website (https://veteranscertify.dba.gov) notwithstanding any applicable grace period that allows a former CVE. If you are qualified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) under NAICS Code 531120 provide evidence of ability to offer as a small business in the System for Award Management at www.sam.gov, including a copy of the representations and certifications made in that system; A detailed summary describing at least two (2) projects of similar size, scope, and complexity completed in the past seven (7) years that demonstrate your company's experience designing, constructing, and managing Federal leased facilities relevant to a VA project of comparable size (2-page limit); and Evidence of capability to obtain financing (for a project of this size in current market conditions) dated within the last 120 days of EOI due date. Evidence should be in the company name and in the form of a conditional commitment funding letter from a verifiable lender or certificate of deposit in the company name identifying funds available for a VA project of comparable size. (Note: You must provide contact information for verification of financing.) 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 Company name: Company address: Experian Business Identification Number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: Company name, address, point of contact, phone number, Experian Business Identification Number, e-mail address, and organizational chart; Evidence of SDVOSB or VOSB registration status through SBA's Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/; To be considered a JV, please attach evidence verification of the Joint Venture's certification status as a legal SDVOSB entity and a copy of your Joint Venture agreement (a UEI number in the JV name, and CAGE number identified for the JV). Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management at www.sam.gov, including a copy of the representations and certifications made in that system; A summary describing at least two (2) projects of similar size and scope completed in the past seven (7) years that demonstrate your company's experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to a VA project of comparable size. (2-page limit); and Evidence of capability to obtain financing (for a project of this size in current market conditions dated within the last 120 days of EOI due date. Evidence should be in the company name and in the form of a conditional commitment funding letter from a verifiable lender or certificate of deposit in the company name identifying funds available for a VA project of comparable size. (Note: You must provide contact information for verification of financing.) If desired, the company may also submit a narrative describing its capability, not to exceed three (3) pages. Submitted By: (Signature) (Name and Title )

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.