Request for Lease Proposals (RFLP)Joint Base San Antonio (JBSA), TX
ID: AFCEC-26-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

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 used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Lease Proposals (RFLP) for qualified entities to lease non-excess parcels of land at Joint Base San Antonio (JBSA), Texas, for private commercial use. The objective of this procurement is to optimize the use of real property assets in accordance with federal policies, allowing the government to lease land in exchange for cash or in-kind consideration that reflects fair market value. This initiative is crucial for enhancing the operational capabilities of the installation while ensuring compatibility with military operations. Interested offerors should direct inquiries to Jeff Blankenship at Jeffrey.blankenship.2@us.af.mil or Lulia A. Cantrell at julia.cantrell@us.af.mil, with proposals due as specified in the solicitation documents.

    Files
    Title
    Posted
    The Request for Lease Proposals (RFLP) No. AFCEC-26-R-0001, Appendix B, outlines an opportunity for Strategic Real Estate Opportunities (SREO) at Joint Base San Antonio (JBSA), specifically for the 16th Air Force Security Hill Campus. The 16th Air Force requires a Consolidated Cyber Campus due to inadequate facilities, with proposals potentially including partial or temporary solutions. The campus needs five facilities totaling over 1.1 million SF to house a 2,490-person workforce, including a Multi-Domain Cyber and Intel Operations Center, 91st Cyber Operations Center, 67th Cyberspace Wing Operations Center, 688th Cyberspace Wing headquarters, and a Cyber Training Center. All facilities must comply with specific security and engineering standards. The RFLP also details the 157-acre property, existing infrastructure (electrical, natural gas, water, storm drainage, pavements), environmental considerations, and community services. The lessee will be responsible for an Environmental Baseline Survey, utility upgrades, snow/ice removal, and grounds maintenance. Historical and cultural resources on Security Hill require coordination with the Texas Historical Commission for any renovations or demolitions.
    The Request for Lease Proposals No. AFCEC-26-R-0001, Appendix C, outlines an opportunity to lease Kelly Airfield at Joint Base San Antonio (JBSA), a 24-hour civilian-military joint-use airfield in San Antonio, Texas. The government proposes to lease approximately 1,140 acres of airfield operational area, including runways, taxiways, ramps, and supporting facilities. The RFLP details existing tenants, planned infrastructure projects like ATC tower replacement and runway repair, and environmental considerations such as floodplains and expansive soils. It also covers current infrastructure and utilities, including electrical, natural gas, water, and sewer systems. Development considerations include historical resources, Air Installation Compatible Use Zones (AICUZ), airfield clearances, explosive safety zones, environmental restoration program sites, and bird/wildlife aircraft strike hazard areas, all of which impose specific restrictions and requirements for potential lessees. The lessee will be responsible for certain community services such as snow/ice removal and grounds maintenance, and will need to coordinate emergency services with the City of San Antonio.
    The Request for Lease Proposals No. AFCEC-26-R-0001, Appendix D, Opportunity 3: Parade Field, outlines a proposal from the United States Department of the Air Force to lease 714 acres at Joint Base San Antonio (JBSA) Lackland. The goal is to enhance access for families attending Airmen graduation ceremonies and support compatible redevelopment by potentially moving the installation's fence line. The opportunity details potential developments such as parking garages, food venues, recreation, an Airman's museum, and energy projects on the 324-acre golf course. The government seeks cash or in-kind consideration. The document also addresses environmental considerations, existing infrastructure, utilities (electrical, natural gas, water, sewer, storm drainage, pavements), and community services. The lessee will be responsible for environmental surveys, snow/ice removal, and grounds maintenance. No historical resources are identified.
    The Request for Lease Proposals (RFLP) No. AFCEC-26-R-0001, Appendix E, Opportunity 4: South Beach, from the United States Department of the Air Force, seeks proposals for the renovation and potential redevelopment of the historic 148,223 SF South Beach facility (Building 2371) at Joint Base San Antonio-Fort Sam Houston. The facility is being considered as a future home for the Defense Health Agency (DHA) and requires full renovation to meet their specifications. The RFLP aims to secure cash or in-kind consideration, such as facility renovation or construction. The property includes a 7.53-acre motor pool area across the street that is available for redevelopment with restrictions, including the demolition of non-contributing structures and potential remediation of a maintenance pit. Historical considerations are significant, with Building 2371 and Building 2378 being contributing structures to a historic district, requiring coordination with the Texas Historic Commission (THC) for any actions. The potential lessee will be responsible for an Environmental Baseline Survey, and while existing utilities are believed to be capable of supporting development, any required upgrades will be the lessee's financial responsibility. The lessee will also be responsible for snow/ice removal and grounds maintenance.
    The Request for Lease Proposals No. AFCEC-26-R-0001 (RFLP) Appendix F, Opportunity 5, concerns the lease of two parcels totaling approximately 115 acres at Joint Base San Antonio (JBSA)-Chapman Training Annex. The parcels, a 45-acre former housing area with 124 condemned homes and 70 acres of undeveloped land, are targeted for energy projects or other development. A key objective is to secure cash or in-kind consideration such as facility renovation or construction. Environmental considerations include flood zones, environmental remediation areas, and wetlands, with the potential lessee responsible for an Environmental Baseline Survey. Infrastructure, including electrical, natural gas, water, sewer, storm drainage, and pavements, requires upgrades, with the lessee financially responsible for improvements. Historical review is needed for the old housing area prior to demolition. The first parcel is currently leased, requiring actions for its removal. Community services like law enforcement and emergency facilities are available, but the lessee is responsible for snow/ice removal and grounds maintenance.
    The Request for Lease Proposals (RFLP) No. AFCEC-26-R-0001, Appendix G, outlines "Opportunity 6: METC Dormitories Replacement" at Joint Base San Antonio (JBSA) – Fort Sam Houston. This RFLP seeks proposals for replacing five existing dormitories, each 330,000 sq ft and housing 1,200 students, for the Medical Education and Training Campus (METC). The replacement facilities must accommodate 6,000 medical trainees and their operational capabilities without interruption, ideally through a phased approach. The opportunity may also include an energy component. Approximately 119 acres are available across the METC Site, Old Shoppette Site, Pool Site, and Fort Sam Houston Service District for redevelopment. The potential lessee is responsible for an Environmental Baseline Survey (EBS) and any required utility upgrades. Environmental considerations, existing infrastructure (electrical, natural gas, water, sewer, storm drainage, pavements), and community services are detailed. Historical and cultural resource consultations with the Texas Historical Commission (THC) are required.
    Appendix H of Request for Lease Proposals No. AFCEC-26-R-0001 outlines the comprehensive insurance requirements for strategic real estate opportunities at Joint Base San Antonio (JBSA), TX. This document specifies various mandatory coverages for the project owner and sublessees, including property insurance, commercial general liability, business auto, crime, environmental liability, workers' compensation, and builder's risk. Key requirements include naming the United States Air Force as the insured/loss payee, maintaining an A-/VIII or better AM Best rating for the insurance company, and providing a 10-day notice for cancellation or material change. Specific limits and conditions are detailed for each insurance type, such as full replacement cost for property insurance, $1,000,000 to $100,000,000 per occurrence for general liability, and statutory limits for workers' compensation. The document also specifies the use of standard Acord forms for certificates of insurance and emphasizes that all requirements are deal-specific and must align with the transaction details.
    This government file, Appendix I of Request for Lease Proposals No. AFCEC-26-R-0001, outlines the non-disclosure provisions for proprietary information submitted by potential lessees during the Strategic Real Estate Opportunities (SREO) Enhanced Use Lease Project at Joint Base San Antonio (JBSA), TX. It defines proprietary information, specifies how it must be identified and submitted (in writing, clearly marked, and with a transmittal letter, or summarized in writing within 20 days for oral disclosures), and details the receiving party's obligation to maintain confidentiality. The provisions also list exceptions to confidentiality, such as information already in the public domain or disclosed after three years. The agreement emphasizes using protected information solely for the project, returning it upon request, and outlines the standard of care for its protection. These provisions remain in effect even if the source selection or administration phases terminate, superseding any inconsistent legends. The agreement also prohibits receiving parties from participating as proposed lessees or subcontractors in the JBSA SREO project.
    Appendix J of Request for Lease Proposals No. AFCEC-26-R-0001 outlines mandatory clauses for leases at Joint Base San Antonio (JBSA), TX. These clauses cover various critical areas, including anti-kickback procedures, gratuities, covenant against contingent fees, and restrictions on officials benefiting from the lease. It specifies that no joint venture is formed and details a multi-step dispute resolution process, starting with unassisted negotiation and progressing to alternative dispute resolution (ADR) and potentially a contracting officer's final decision under the Contract Disputes Act of 1978. The document also includes comprehensive provisions for facilities nondiscrimination and equal opportunity, prohibiting discrimination based on race, color, religion, sex, gender, sexual orientation, or national origin in employment and access to facilities. Furthermore, it mandates a drug-free workplace program, outlining responsibilities for both individual and non-individual lessees, including employee notification, awareness programs, and actions for drug abuse violations. For leases involving in-kind consideration, additional clauses apply, such as the Contract Work Hours and Safety Standards Act, requiring overtime compensation and record-keeping, and the Davis-Bacon Act, focusing on prevailing wages for laborers and mechanics, along with associated payroll and apprenticeship regulations. It also incorporates the Buy American Act for construction materials and mandates compliance with Executive Order 13658 for a minimum wage for contractors.
    The Request for Lease Proposals (RFLP) No. AFCEC-26-R-0001, Appendix K, is for Strategic Real Estate Opportunities (SREO) at Joint Base San Antonio (JBSA), TX. This document serves as the Offeror’s Cover Page for companies submitting proposals. It requires offerors to provide their company name, point of contact, address, telephone, fax, and email. A key component is the certification regarding conflicts of interest, where offerors must confirm no existing conflicts with Government Real Estate Support Service (RESS) or Privatization Real Estate Support Service (PRESS) contractors. Furthermore, selected potential lessees are prohibited from contracting or associating with these RESS or PRESS contractors or their affiliates for work related to this project for ten years post-selection. The form also includes an acknowledgment of receipt for any amendments and requires an authorized representative's signature, printed name, title, and date.
    Request for Lease Proposals No. AFCEC-26-R-0001 from the United States Department of the Air Force, specifically the Air Force Civil Engineer Center Installations Directorate (AFCEC/CI), outlines a Pre-Offer Inquiry process for Strategic Real Estate Opportunities (SREO) at Joint Base San Antonio (JBSA). This Appendix L form serves as a structured method for offerors to submit questions regarding the RFLP. The government will provide responses on the same form and publish them on the Contract Opportunities website at sam.gov. The document includes instructions for submitting questions, requiring details such as the question number, date, offeror's name, RFQ reference, and the question itself. An example illustrates the format and the type of information expected in both the question and the government's response, including whether the RFP will be changed or amended.
    The Request for Lease Proposals (RFLP) No. AFCEC-26-R-0001, issued by the United States Department of the Air Force, seeks proposals from qualified entities to lease non-excess land parcels at Joint Base San Antonio, Texas, for private commercial and energy uses. The RFLP outlines six specific properties available for lease, emphasizing that proposed uses must align with the Installation's mission. The government's objectives include optimizing property use, prioritizing cash consideration, minimizing risks, and ensuring compatibility with military operations. Offerors must submit detailed proposals addressing project description, proposed consideration, organizational capabilities, and an integrated project plan. The selection process is a two-phase, best-value approach, evaluating proposals based on market analysis, development plans, financial viability, and the Offeror's experience and financial capability. The RFLP sets strict submission guidelines and evaluation criteria, including performance and confidence color ratings, to identify potential lessees for negotiation.
    Lifecycle
    Similar Opportunities
    PRE-SOLICITATION NOTICE. Potential Leasing Opportunities for 500 acres of undeveloped land at Davis-Monthan Air Force Base (DM AFB).
    Dept Of Defense
    The Department of the Air Force is seeking proposals for leasing approximately 500 acres of undeveloped land at Davis-Monthan Air Force Base (DM AFB) under the Enhanced Use Lease (EUL) authority. The DAF aims to evaluate opportunities for conventional commercial development, with interested developers required to demonstrate prior experience in planning, financing, and constructing large-scale projects. This initiative is significant as it allows for the utilization of government property for commercial purposes, potentially benefiting both the Air Force and the local economy. Interested parties should note that a Request for Lease Proposals (RFLP) is anticipated to be released by February 2026, and for further inquiries, they can contact Jeff Blankenship at jeffrey.blankenship.2@us.af.mil or Tiffany Ellis at tiffany.ellis.3@us.af.mil.
    Vandenberg Space Force Base (VSFB) Request for Information (RFI) for Space Launch Complex-14 (SLC-14) Lease
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Information (RFI) for a lease opportunity at Vandenberg Space Force Base (VSFB) for Space Launch Complex-14 (SLC-14). This initiative aims to engage U.S. commercial providers in developing heavy or super-heavy vertical space launch capabilities to support national security objectives and enhance the U.S. domestic space launch industry. The selected provider will be responsible for constructing and operating the necessary infrastructure for space launch services, with a focus on maximizing the use of SLC-14 while ensuring safety and compliance with environmental regulations. Interested parties must submit their proposals by February 12, 2026, and can direct inquiries to Khrystal Jure at khrystal.jure.1@spaceforce.mil or Wendi Rupp at wendi.rupp.1@spaceforce.mil for further assistance.
    Enhanced use lease for commercial data centers
    Dept Of Defense
    The Department of the Army is soliciting proposals for Enhanced Use Leases (EULs) to develop commercial data centers on non-excess land at Fort Hood, Fort Bragg, Fort Bliss, and Dugway Proving Ground. Interested private, public, and non-profit entities are invited to submit competitive proposals for long-term leases, with a primary focus on financing, designing, constructing, operating, and maintaining the data centers while providing consideration to the Army through cash or in-kind services. This initiative aims to maximize the financial return to the Army by utilizing available land without interfering with ongoing military operations or community activities. Proposals are due by January 15, 2026, and interested parties can contact Lisa Grossman at Lisa.Grossman@usace.army.mil for further information.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. The contract, valued at approximately $12.5 million, encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and quarterly inspections of UV systems, with a performance period extending from March 2026 to September 2030. This procurement is critical for ensuring the operational readiness and safety of fire suppression systems across multiple installations. Interested small businesses must submit their proposals by January 14, 2026, at 10:00 AM CST, and are encouraged to attend a site visit on January 6, 2026, with prior confirmation required by December 29, 2025. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide Hazardous Material Surveys at Joint Base San Antonio (JBSA) in Texas. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for non-destructive and destructive testing of hazardous materials, including Lead, Asbestos, Polychlorinated-Biphenyls (PCB), Mercury, Mold, and Soil, across eleven geographically separated units. This five-year BPA, running from February 1, 2026, to January 31, 2031, has a master limit of $150,000 per year, with individual call orders not exceeding $15,000. Interested contractors must submit their quotes by January 22, 2026, and direct any questions to Tristan Torres or Bismark Badu via email by January 15, 2026.
    In Search of Retail Space - San Tan Valley Arizona
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the lease of approximately 1,064 net square feet to a maximum of 1,400 gross square feet of retail space in San Tan Valley, Arizona, for an Armed Forces Career Center. The lease term will not exceed five years and includes government termination rights, with specific requirements for accessibility, parking, and compliance with government lease terms. This facility is crucial for recruiting efforts and must be located in a compatible area, avoiding proximity to establishments that could hinder operations. Proposals are due by 5:00 PM Arizona Time on January 30, 2026, and interested parties should contact Gregory Boniface at gregory.f.boniface@usace.army.mil or Elaine Chyr at Elaine.M.Chyr@usace.army.mil for further details.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA) locations, including Lackland, Randolph, Fort Sam Houston, and Camp Bullis in Texas. The procurement will be established as a multiple award Blanket Purchase Agreement (BPA), with the intention to award up to three contracts over a five-year period from February 1, 2026, to January 31, 2031, with a maximum annual limit of $250,000 and a call order limit of $25,000. Interested contractors must submit their quotes by January 22, 2026, and direct any questions to the primary contact, Bismark Badu, at bismark.badu.3@us.af.mil, by January 15, 2026. The selection process will follow a Lowest Priced, Technically Acceptable (LPTA) evaluation method, focusing on technical capability and compliance with licensing and certification requirements.
    Texas City New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the lease of approximately 37,125 rentable square feet of clinical space in Texas City, Texas, to establish a community-based outpatient clinic for Veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the space to be contiguous, include 135 on-site parking spaces, and be located within a specified area while avoiding proximity to incompatible uses and the 100-year flood plain. The lease term will span 20 years, with a firm 10-year period, and is expected to commence around January 1, 2027. Interested parties must submit expressions of interest by January 15, 2026, and can direct inquiries to Christina Richardson at christina.richardson1@va.gov or Joycellyn Williams at joycellyn.williams@va.gov during the question period from January 5 to January 12, 2026.
    Renewal Option Lease in Brownsville, Texas - Redacted Justification
    General Services Administration
    The General Services Administration (GSA) is seeking to renew a lease for office space in Brownsville, Texas, as outlined in the justification document provided. This procurement aims to secure a suitable location for federal operations, ensuring continued access to necessary facilities for government functions. The leased office space is critical for maintaining effective service delivery and operational efficiency within the region. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or call 817-978-1504 for further details regarding the opportunity.
    U.S. Government Space Required: Daly City, California
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for retail office space in Daly City, California, to support U.S. Armed Forces Career Centers for the Air Force, Marines, and Navy. The government requires a full-service lease for a space ranging from 2,383 to 2,510 rentable square feet, with a lease term of less than five years and the option for government termination rights. This procurement is crucial for providing operational facilities for military recruitment efforts, and interested parties must submit their proposals, including necessary documentation, by 6:00 PM PT on January 26, 2026, to Madison Devine at madison.devine@usace.army.mil.