RLP 36C24W24R0057
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 Veterans Affairs (VA), specifically the RPO WEST (36C24W) office, is soliciting proposals for a new or replacement warehouse lease in the San Antonio, Texas area. This Solicitation (RLP 36C24W24R0057) seeks a fully serviced lease for VA equipment storage, potentially involving hazardous materials. Proposals are due by February 12, 2026, at 2:00 PM Central Time.
Opportunity Overview
The VA requires a warehouse space ranging from 12,941 to 13,588 rentable square feet (rsf), contiguous and on a single floor, with a minimum clear ceiling height of 16 feet. The facility must be located within a specific delineated area in San Antonio, TX, bounded by Prue RD/Research Dr/Huebner Rd (North), Culebra Rd/Bandera Rd (South), IH10 (East), and Culebra Rd/Tezel (West). The primary use will be for storage of VA equipment, which may include hazardous materials, managed in compliance with all environmental regulations.
Key Requirements
- Space: 12,941-13,588 rsf (contiguous, single floor), 16 ft min clear ceiling height.
- Parking: 4 government-reserved automobile spaces and 3 reserved semi-trailer/box truck spaces (fenced and secured).
- Loading Docks: Minimum of 2 for exclusive government use, with a secured, level wareyard area.
- Security: Facility Security Level (FSL) based requirements, with a Building Specific Amortized Capital (BSAC) estimate of $12.00 per ABOA SF.
- Tenant Improvements (TI): An allowance of $50.00 per ABOA SF for finishes and fixtures.
- Energy Efficiency: Buildings generally require an ENERGY STAR® label.
- Environmental: Space must be free of known hazardous conditions.
- Architectural: Adherence to Office of Construction & Facilities Management Design Guideline PG-18-12, including specific considerations for internal clearances, vertical storage, truck maneuverability, life safety, fire protection, and accessibility.
- Safety & Infection Control: Strict adherence to safety protocols during construction, including contractor coordination, patient/employee protection, and infection control risk assessments (ICRA).
Contract Details
- Type: Fully Serviced Lease (Solicitation)
- Lease Term: 12 years, with a 5-year firm term and potential government termination rights.
- NAICS Code: 493110 (Lease/Rental Of Other Warehouse Buildings).
- Set-Aside: No specific set-aside, but HUBZone small business concerns may elect to waive the price evaluation preference.
Submission & Evaluation
- Offers Due: February 12, 2026, by 2:00 PM Central Time.
- Submission Method: Email proposals to WALLACE.TAYLORJR@VA.GOV and WANDA.NEAL2@VA.GOV.
- Evaluation: A best value tradeoff process will be used, considering both price and technical factors, including Facility, Site, and Past Performance. Offerors are encouraged to submit their best terms initially.
- Required Forms: Bidders must complete forms such as GSA Form 1364WH (Proposal to Lease Space), GSA Form 12000-WH (Prelease Fire Protection and Life Safety Evaluation), and provide security unit price lists.
Compliance & Other Notes
- SAM Registration: Offerors must be registered in the System for Award Management (SAM) prior to award and maintain registration.
- General Clauses: The lease will be subject to comprehensive general clauses (EXHIBIT E 3517B) covering performance, payment, labor standards, and cybersecurity.
- Wage Determination: Compliance with the U.S. Department of Labor Wage Determination for Texas Counties (Atascosa, Bandera, Bexar, Comal, Guadalupe, Kendall, Medina, Wilson) is required.
- Foreign Ownership: Offerors for high-security leased space (FSL III, IV, or V) must complete a Foreign Ownership and Financing Representation (EXHIBIT K GSAR 552.270-33).
- Telecommunications: Offerors must also complete a representation regarding certain telecommunications and video surveillance services or equipment (EXHIBIT L FAR 52.204-24).