X1AA--FY26 Succeeding: Atlanta Warehouse I

SOL #: 36C24826R0043Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

Place of performance not available

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 13, 2025
2
Response Deadline
Nov 21, 2025, 9:30 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.

Sources Sought Announcement

36C24826R0043: Atlanta Warehouse 1 Succeeding Lease

Expression of interest may be sent electronically to the following e-mail address: Michael.james6@va.gov

Expressions of Interest may also be sent by mail to:

ATTN: Michael Elisha James

VHA Network Contracting Office 7

2008 Weems Road.

Tucker, GA 30084

Phone: 813-447-0780

PLEASE BE ADVISED: This is an inquiry only and must not be construed as a guarantee on the part of the Department of Veterans Affairs to enter into a lease agreement with any interested party. Only properties that can provide the requested space requirement and those that meet applicable government standards will be considered.

Michael Elisha James

Leasing Contracting Officer

Network Contracting Office 7

U.S. DEPARTMENT OF VETERANS AFFAIRS DESIRES TO LEASE SPACE

The Department of Veterans Affairs is conducting market research/seeking capable sources from bondable and experienced firms that are classified and registered in https://veterans.certify.sba.gov/ as either Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) that are interested in a forecasted lease project for a warehouse/office located in Tucker, Georgia yield approximately 10,000 net usable square feet (NUSF) for use as the Atlanta warehouse 1. The NAICS Code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), and the small business size standard is $41.5 million. Responses to this notice will assist the VA in determining if the acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. Although this notice focuses on SDVOSB and VOSB, we encourage ALL small businesses and other interested parties to respond for market research purposes.

The magnitude of the anticipated construction/buildout for this project is:

__x (a) Less than $25,000;

__ (b) Between $25,000 and $100,000;

__ (c) Between $100,000 and $250,000;

__ (d) Between $250,000 and $500,000;

_ (e) Between $500,000 and $1,000,000;

__ (f) Between $1,000,000 and $2,000,000;

__ (g) Between $2,000,000 and $5,000,000;

__ (h) Between $5,000,000 and $10,000,000;

__ (i) Between $10,000,000 and $20,000,000;

__ (j) Between $20,000,000 and $50,000,000;

__ (k) Between $50,000,000 and $100,000,000;

__ (l) More than $100,000,000.

VA makes monthly lease rental payments in arrears upon facility acceptance and may elect to make a single lump-sum payment or amortize over the course of the firm term for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project.

This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70.

The Delineated Area is as follows:

North: Lawrenceville HWY (US-29)

West: Northlake PWY (I-285)

South: Hugh Howell Rd (GA-236)

East: Mountain Industrial Blvd

The space must be handicapped accessible, ADA compliant, and the Architectural Barriers Act Accessibility Standards, and can be provided by new construction or modification of an existing space. If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.

The desired space should be contiguous, on no more than one floor (ground floor preferable) and must meet or be able to meet the Department of Veterans Affairs Life Safety codes and other applicable regulations. A 10-year lease: (5 years firm) (5 years soft) will be considered.

The VA seeks a modified gross lease that includes, but not limited to the following:

Heating system maintenance and repair Electrical system maintenance and repair

Plumbing maintenance and repair All Utilities: Electricity, Heat, Sewer, Water

Real Estate Taxes Landscaping

Window cleaning Common area supplies

Garbage removal Snow removal

Pest control Lawn Sprinkler

Common area maintenance Site lighting

Insurance Alarm System

Only space that is identified as economically advantageous to the Government will be considered relative to relocation, potential build out and/or rent. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. A cost comparison will be performed in relation to the expenses incurred at the current location.

A market survey of the properties offered for lease will be conducted by the Department of Veterans Affairs. All interested offerors (owners, brokers, or their legal representatives) must provide written acknowledgement NO LATER THAN FRIDAY, NOVEMBER 21, 2025; 4:30pm EST.

Other applicable requirements:

Compliant with Americans with Disabilities Act

Parking Minimum 30 or more parking spaces to include 2 Handicapped spaces

Proximity to public transportation (MUST be a public transportation stop)

Proximity to public amenities (stores, restaurants, banks, etc.)

Building cannot be within a 100 year flood plain

Shall be built to VA specifications

Shall be zoned for intended use

Shall not be next to a bar, liquor, gun store or like establishment

Shall meet specific information technology and security requirements

SUBMISSION REQUIREMENTS:

Net usable square feet do not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. The Government is limited by law (41 C.F.R. 102-73.55) to pay no more than the appraised fair market rental value for space. The Government s decision regarding whether to relocate will be based in part on information in response to this advertisement.

Expressions of interest shall include the following:

Building name, address and age

Location of the available space within the building

Rentable Square Feet (RSF) available and expected rental rate per RSF

Net Usable Square Feet (NUSF) to be offered and expected rental rate per NUSF

Building ownership information

Amount of parking available on-site; include its cost and indicate whether the expected rental rate includes such required for Government parking (if applicable).

Date of space availability

Energy efficiency and renewable feature existing within the building

Contact information of authorized representative

People

Points of Contact

Michael Elisha JamesLeasing Contracting OfficerPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Sources Sought
Posted: Nov 13, 2025
X1AA--FY26 Succeeding: Atlanta Warehouse I | GovScope