Request for Information - Bluffcreek Towers lease, San Antonio, TX
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Department of Veterans Affairs (VA) is seeking Expressions of Interest for approximately 16,370 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet of medical clinic space in San Antonio, TX. This Request for Information (RFI) aims to identify potential sources and suitable locations for a Community Based Outpatient Clinic (CBOC). The VA is also conducting market research to identify Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) firms capable of providing such space. Responses are due by February 21, 2026, at 12:00 PM CST.
Scope of Interest
The VA requires 16,370 ABOA SF of medical office space and 150 parking spaces. The space must be located within a delineated area in San Antonio, TX, bounded by Wurzbach Rd (North), I-10 / Frontage Rd (East), NW Loop 410 (South), and Fredericksburg Rd (West). The lease term will not exceed twenty (20) years (10-Years Firm, 10-Years Soft).
Key requirements for the space include:
- Located on a single floor, preferably the first floor, or with specific elevator provisions if above the first floor.
- No bifurcated sites, atriums, extremely long/narrow runs, or irregularly shaped configurations.
- Column size not exceeding two feet square, with at least twenty feet between columns/walls.
- Not in the FEMA 100-year flood plain and zoned for VA's intended use.
- Not in close proximity to incompatible uses (e.g., liquor establishments, correctional facilities, residential neighborhoods, industrial areas).
- Must be in close proximity to amenities (restaurants, hotels, pharmacies, shopping), hospitals/ERs, EMS/fire departments, multiple major roadways, and public transportation.
- Structured parking under the space is not permissible.
- Must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards. A fully serviced lease is required.
Submission Requirements
Interested parties must submit comprehensive information including property owner details, address, map demonstrating location within the delineated area, ingress/egress description, adjacent property uses, FEMA map, site/floor/parking plans, zoning documentation, description of necessary changes, evidence of ownership/authority, title/easement information, and utility availability statement. VOSB and SDVOSB firms are specifically invited to submit a Capabilities Statement, as detailed in the "SET ASIDE FOR SS.docx" attachment, to demonstrate their qualifications for designing, constructing, and managing federal leased facilities.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 531120 Lessors of Nonresidential Buildings (Small Business Size Standard: $34 Million)
- Set-Aside: Market research for Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) concerns.
- Response Due: February 21, 2026, 12:00 PM CST
- Published: February 5, 2026
Additional Notes
This is an advertisement for Expressions of Interest and market research only, not a solicitation for offers. The Government will not pay for any costs incurred in response to this advertisement and assumes no responsibility to award a lease based on responses.