Lease, Warehouse

SOL #: 36C24W24R0057Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States

Place of Performance

San Antonio, TX

NAICS

Lessors of Other Real Estate Property (531190)

PSC

Lease/Rental Of Other Warehouse Buildings (X1GZ)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 6, 2026, 7:00 PM

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), specifically RPO WEST (36C24W), is soliciting proposals for a Warehouse Lease in San Antonio, TX (78222). The Government seeks a minimum of 12,941 rentable square feet (RSF) to a maximum of 13,588 RSF of contiguous space on a single floor in a warehouse-type building. Proposals are due by April 6, 2026, at 2:00 PM Central Time.

Scope of Work

This opportunity requires the lease of modern quality warehouse space designed to support Veterans Health Administration (VHA) needs. Key physical requirements include:

  • Space Configuration: Contiguous, single-floor space, with approximately 9,586 net usable square feet (NUSF) for agency-specific needs.
  • Clearance & Dimensions: Minimum 16-foot clear ceiling height in bulk storage areas (10-foot in unit storage), minimum 275 ft width and 275 ft depth for bay dimensions, and minimum 20 ft linear column spacing.
  • Loading & Access: At least two loading docks for exclusive Government use, equipped with auto levelers. Four reserved parking spaces, plus three semi-trailer staging/parking spaces within a secured, fenced wareyard. Direct controlled access from the loading dock to the warehouse area, with specific corridor and door width requirements.
  • Architectural & Facilities: Includes a staff and administrative area adjacent to the loading dock and warehouse. The facility must meet ENERGY STAR® label requirements or equivalent, have no known hazardous conditions, and comply with accessibility standards.
  • Safety & Compliance: Adherence to VA specifications, NEC, NFPA, WBDG, and other applicable regulations. This includes specific requirements for life safety fire protection (sprinkler and fire alarm systems), OSHA training for workers, seasonal influenza vaccination, TB screening, and infection control procedures.

Contract & Timeline

  • Contract Type: Solicitation for a Leasehold Interest (Warehouse Lease).
  • Lease Term: 12 years, with 5 years firm, and Government termination rights.
  • Set-Aside: No set-aside designated. The NAICS Code is 493110 (Lease/Rental Of Other Warehouse Buildings). Information on small business size standards and a HUBZone small business concern price evaluation preference waiver is available.
  • Financials: A Tenant Improvement (TI) Allowance of $50.00 per ABOA SF and a Building Specific Amortized Capital (BSAC) amount of $12.00 per ABOA SF are specified.
  • Offer Due Date: April 6, 2026, by 2:00 PM Central Time.
  • Published Date: April 1, 2026.

Evaluation & Submission

  • Evaluation Criteria: Award will be based on a best value tradeoff process, considering Facility, Site, Past Performance, and Price as significant factors.
  • Submission Requirements: Proposals must be submitted via email or US Mail/express delivery, utilizing prescribed Government forms such as GSA Form 1364WH (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), and GSA Form 12000-WH (Prelease Fire Protection and Life Safety Evaluation).
  • Representations: Bidders must complete representations regarding telecommunications and video surveillance equipment (FAR 52.204-24) and foreign ownership/financing for high-security leased space (GSAR 552.270-33).
  • SAM Registration: Offerors must be registered in the System for Award Management (SAM) prior to award and maintain registration throughout contract performance.

Additional Notes

  • A qualifying incumbent lessor currently provides space for this requirement.
  • The VA does not require a formal tenant representative broker for this procurement.
  • Bidders must review the U.S. Department of Labor Wage Determination (EXHIBIT J) to understand labor cost implications for their proposals.

People

Points of Contact

Wallace TaylorPRIMARY
Paul WilhemsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 1, 2026
Version 1
Solicitation
Posted: Mar 9, 2026
View
Lease, Warehouse | GovScope