Request for Lease Proposals (RFLP)Joint Base San Antonio (JBSA), 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 Department of the Air Force (AFCEC/CI) has issued a Request for Lease Proposals (RFLP) for Strategic Real Estate Opportunities (SREO) at Joint Base San Antonio (JBSA), TX. The RFLP seeks proposals from qualified entities interested in leasing one or more non-excess parcels of land for private commercial use or energy projects. The primary goal is to optimize the use of these real property assets and obtain cash and/or in-kind consideration. Proposals are due March 4, 2026.
Scope of Opportunities
This RFLP outlines six distinct opportunities for lease, each with varying acreage and characteristics:
- Opportunity 1: 16th Air Force Security Hill Campus (approx. 157 acres) for a Consolidated Cyber Campus, requiring over 1.1 million square feet of SCIF/SAP level facilities.
- Opportunity 2: Kelly Airfield (approx. 1,140 acres) for the lease of the airfield operational area, including runway, taxiway, and ramp areas.
- Opportunity 3: Parade Field (approx. 714 acres, including a golf course) for community access enhancement and potential redevelopment, such as paid-parking, food venues, recreation, and museums.
- Opportunity 4: South Beach Facility (historic 148,223 SF building + 7.53 acres) for renovation to meet Defense Health Agency (DHA) requirements and potential adjacent development.
- Opportunity 5: Chapman Training Annex (approx. 110 acres across two parcels) for energy projects or other development, including the demolition of 124 condemned homes.
- Opportunity 6: METC Dormitories Replacement (approx. 119 acres across four sites) for new dormitory facilities to house 6,000 medical trainees, potentially with an energy component.
Proposed uses must be compatible with the Installation mission. Offerors must demonstrate a viable commercial or energy need, justify the proposed lease term, document market demand, and outline a marketing strategy. Required submissions include development, construction, and operation plans, conceptual site plans, utility plans, and environmental management plans.
Contract Details
- Type: Request for Lease Proposals (RFLP)
- Lease Term: Generally up to 50 years, with potential for longer terms if justified.
- Consideration: Can be cash and/or in-kind (e.g., facility renovation or construction).
- Set-Aside: None specified; small business concerns are encouraged to participate but will not receive evaluation credit for small business participation.
- Mandatory Clauses: Lease agreements will incorporate various federal legal and regulatory requirements, including Anti-Kickback Procedures, Gratuities, Nondiscrimination, Equal Opportunity, Drug-Free Workplace, Davis-Bacon Act, Buy American Act, and Minimum Wage for Contractors.
- Insurance Requirements: Specific coverage is required for Property, Commercial General Liability, Business Auto, Crime, Environmental Liability, Workers' Compensation, and Builder's Risk.
- Offeror Responsibilities: Offerors are responsible for environmental assessments, appraisals, and surveys at their own expense. A cash payment of up to $250,000 may be required at lease execution to cover government direct costs. Properties are leased "AS-IS/WHERE-IS" without warranties.
Submission & Evaluation
- Proposals Due: March 4, 2026, by 5:00 PM CT.
- Submission: Requires an electronic copy and five hard copies.
- Evaluation Process: A two-phase, best-value selection process will be used.
- Evaluation Factors: Key factors include Project Description, Consideration for Leases, Organization/Experience/Capability, and Integrated Project Plan and Schedule. Offerors are encouraged to present innovative and low-risk proposals.
- Inquiries: Questions can be submitted using the Pre-Offer Inquiry Form (Appendix L), with official responses posted on the SAM.gov Contract Opportunities website.
Contact Information
- Primary Contact: Jeff Blankenship (Jeffrey.blankenship.2@us.af.mil, 2108578945)
- Secondary Contact: Julia A. Cantrell (julia.cantrell@us.af.mil, 2103224699)