Request for Lease Proposals (RFLP)Joint Base San Antonio (JBSA), TX
SOL #: AFCEC-26-R-0001Solicitation
Overview
Buyer
JBSA LACKLAND, TX, 78236-9861, United States
Place of Performance
DWG, TX
NAICS
Lessors of Other Real Estate Property (531190)
PSC
Lease/Rental Of Restoration Of Real Property (Public Or Private) (X1QA)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 7, 2026
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Mar 4, 2026, 11:00 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 the Air Force is issuing a Request for Lease Proposals (RFLP) for Strategic Real Estate Opportunities (SREO) at Joint Base San Antonio (JBSA), TX. This RFLP seeks proposals from qualified entities to lease one or more non-excess parcels of land for private commercial use or energy projects, aiming to optimize the use of federal real property assets. Proposals are due by March 4, 2026, at 5:00 PM CT.
Scope of Opportunity
The RFLP outlines six distinct opportunities for lease, each with unique characteristics and development potential:
- Opportunity 1: 16th Air Force Security Hill Campus (approx. 157 acres) – Requires a Consolidated Cyber Campus with new SCIF/SAP level facilities (totaling over 1.1M SF) for 5,000+ personnel, including potential temporary off-base solutions and energy projects.
- Opportunity 2: Kelly Airfield (approx. 1,140 acres) – Lease of the airfield operational area (runway, taxiway, ramp) with potential for negotiation of the Joint Use Agreement with Port of San Antonio. Prohibits Advanced Mobility Operations/Use Cases.
- Opportunity 3: Parade Field and Golf Course (approx. 714 acres) – Redevelopment to enhance community support and family access, potentially including parking, public transport, food venues, recreation, and museums, while maintaining Government use for graduations.
- Opportunity 4: South Beach Facility (historic 148,223 SF building + 7.53 acres) – Renovation of the historic facility to meet Defense Health Agency (DHA) requirements and potential development of the adjacent motor pool area.
- Opportunity 5: Chapman Training Annex (approx. 110 acres) – Development of two parcels for energy projects or other uses, including demolition of 124 condemned homes in a former housing area and development of undeveloped land.
- Opportunity 6: METC Dormitories Replacement (approx. 119 acres) – Replacement of five dormitories to house 6,000 medical trainees, emphasizing facilities resistant to high traffic wear, with a potential energy component.
Contract Details
- Type: Request for Lease Proposals (RFLP)
- Term: Generally up to 50 years, with potential for longer terms if justified.
- Consideration: Cash and/or in-kind consideration (e.g., facility renovation or construction).
- Lessee Responsibilities: Financial responsibility for utility upgrades, snow/ice removal, and grounds maintenance for leased properties.
- Design Standards: Compliance with federal, state, local laws, building codes, and Air Force directives.
- Lease Structure: The Air Force cannot consider a lease-purchase structure.
Submission & Evaluation
- Proposals Due: March 4, 2026, 5:00 PM CT.
- Submission Format: Electronic copy and five hard copies.
- Page Limit: Responses are limited to 40 pages (single side, 8.5 x 11 inch, standard font), with specific submittals excluded (refer to RFLP, Section 4.3.c).
- Evaluation Process: Two-phase, best-value selection.
- Evaluation Factors: Project Description, Consideration for Leases, Organization/Experience/Capability, and Integrated Project Plan and Schedule. Innovation is encouraged.
Important Notes
- Set-Aside: None specified; small business concerns are encouraged to participate but receive no evaluation credit.
- Environmental: Properties are leased "AS-IS/WHERE-IS." Offerors are responsible for preparing Environmental Baseline Surveys (EBS) at their own expense. The Air Force does not have existing Phase 1 Environmental Assessments or reports.
- Costs: Offerors are responsible for appraisals and surveys. A cash payment of up to $250,000 may be required at lease execution to cover government direct costs.
- Mandatory Clauses: Lease agreements will incorporate mandatory federal clauses covering anti-kickback, gratuities, non-discrimination, drug-free workplace, and labor standards (Davis-Bacon, Buy American, minimum wage).
- Insurance: Specific insurance requirements (Property, General Liability, Auto, Crime, Environmental, Workers' Comp, Builder's Risk) are detailed in Appendix H, requiring high AM Best ratings and specific coverages.
- Non-Disclosure: Appendix I outlines terms for protecting proprietary information submitted by offerors and restricts government personnel from participating in the bidding process.
- Conflicts of Interest: Offerors must certify no conflicts of interest with Government Real Estate Support Service (RESS) and Privatization Real Estate Support Service (PRESS) contractors.
People
Points of Contact
Jeff BlankenshipPRIMARY
Lulia A. CantrellSECONDARY
Files
Files
No files attached to this opportunity