Sources Sought VAPIHCS Flooring Materials Contract Vehicle
Agency: VISN 21: Sierra Pacific Network
Location: Honolulu, Hawaii
NAICS: 238330
| Agency | VISN 21: Sierra Pacific Network |
|---|---|
| Deadline | 01/07/26 |
| Posted | 01/05/26 |
| Estimated Value | $9,500,000 - $16,000,000 (AI estimate) |
| Set Aside | None |
| NAICS | 531130 - Lessors of Miniwarehouses and Self-Storage Units |
| PSC | X1GZ - Lease/Rental Of Other Warehouse Buildings |
| Location | Honolulu, HI USA |
Veterans Affairs (VA) currently occupies warehouse space under a lease in Honolulu, HI that will expire on 2/14/2026. VA is considering alternative space if economically advantageous, otherwise the Government intends to continue occupancy and pursue a sole source acquisition in accordance with the authority outlined in General Services Administration Acquisition Manual (GSAM) 570.402 Succeeding Leases. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, and replication of tenant improvements, telecommunication infrastructure, equipment, and furniture costs. VA requires warehouse space yielding approximately 19,248 ANSI/BOMA Office Area (ABOA)/19,824 Rentable Square Feet (RSF) and 21 parking spaces (7 reserved parking spaces immediately outside of the warehouse space and 14 unreserved parking spaces). The rentable space must not exceed 19,824 Rentable Square Feet (RSF). Please send expressions of interests by e-mail ONLY no later than January 7, 2026 by 3:30 PM PST to the Attention of: Jessica Nonaka, Lease Contract Specialist, jessica.nonaka@va.gov and Melinda Thome, Lease Contracting Officer, melinda.thome@va.gov. Responses after this date will not be considered. ALTERNATIVE SPACE BEING OFFERED MUST MEET THE FOLLOWING CRITERIA: 20-year lease term (10 years fixed and 10 years non-fixed) with termination rights. Contiguous warehouse space yielding approximately 19,248 ABOA. Rentable space must not exceed 19,824 RSF. On-site parking for a minimum of 21 standard-sized automobiles (7 reserved parking spaces immediately outside of the warehouse space, and 14 unreserved parking spaces). Structured parking under the space is not permissible. Approximately within .3 walkable miles of public transportation of the building s front entrance. Amenities (restaurants, shopping etc.) within .5 miles of the space. Storefront must be situated on or within the delineated boundaries described below: North: Nimitz Hwy Business District South: Aolele St. East: Paiea St. West: Rodgers Blvd. Traffic flow to site shall not interfere with ingress/egress accessible by a public right-of-way. Occupancy by 2/15/2026. Not within the FEMA 100-year flood plain. Not a sublease. Not located within .25 miles of properties with incompatible uses e.g., liquor establishments, substance abuse treatment centers, correctional institutions, discharging of firearms, railroad tracks, within flight paths, industrial areas, agricultural areas that are within proximity to fields where chemical insecticides/herbicides are sprayed, residential hotel or motel, marijuana dispensary, illegal activities occur e.g., illegal drug sales, prostitution, loitering as determined by VA. Restaurants, bar/grill dining are acceptable. Spaces with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage will not be considered. Offered space must meet federal and local Government requirements for fire protection and life safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals if one is issued. EXPRESSIONS OF INTEREST SHALL PROVIDE THE FOLLOWING INFORMATION FOR THE PROPOSED SPACE BEING OFFERED: Address of space with a map showing property within the delineated area. Evidence of ownership: name, phone number, email of owner, and deed or most recent property tax bill or an agreement signed by the owner authorizing a representative to submit an interest on the owner s behalf and deed or most recent property tax bill. Amount of ANSI/BOMA Office Area (ABOA) Square Feet (SF) to be offered. Amount of Rentable Square Feet (RSF) to be offered. Annual rental rate per RSF per year for the following rent components. Base Rent: Property taxes: Building insurance: Common area maintenance: Operating expenses: State what OPEX includes and respective cost for each element. Amount of parking available on-site. Floor plan, ABOA, and RSF. Site plan depicting the property boundaries, building, and parking. City zoning map of space showing that the space is zoned for medical use. Narrative with map describing the space s proximity to public transportation. Description of ingress/egress to the building from a public right-of-way and accessibility to major roads or highways. Statement of interested party s ability to meet all the Governments requirements identified in this notice. FEMA map showing property outside the 100-year flood plain. Date of space availability. NOTE: This notice is not a request for lease proposals (RLP), nor is it a solicitation for offers (SFO). The purpose of this notice is to identify potentially suitable alternative space. VA's decision regarding whether to relocate will be based, in part, on information received in response to this notice. VA will not reimburse costs incurred in response to this notice. The Government is limited by law (41 C.F.R. 102-73.55) to pay no more than the appraised fair rental value for space.
Background The Veterans Affairs (VA) is currently occupying a warehouse space in Honolulu, HI, under a lease that will expire on February 14, 2026. The agency is considering alternative space options if they are economically advantageous. If not, the VA intends to continue its current occupancy and pursue a sole source acquisition as outlined in the General Services Administration Acquisition Manual (GSAM) 570.402 for succeeding leases. The decision will be based on the availability of alternative spaces that can meet the VA's requirements and the costs associated with relocating. Work Details The VA requires warehouse space with approximately 19,248 ANSI/BOMA Office Area (ABOA) and 19,824 Rentable Square Feet (RSF), along with 21 parking spaces (7 reserved and 14 unreserved). The offered space must meet specific criteria: - A 20-year lease term (10 years fixed and 10 years non-fixed) with termination rights; - Contiguous warehouse space yielding approximately 19,248 ABOA; - On-site parking for at least 21 standard-sized automobiles; - Proximity to public transportation within .3 miles; - Amenities within .5 miles; - Storefront situated within specified boundaries; - Traffic flow must not interfere with ingress/egress; - Occupancy by February 15, 2026; - Not located in the FEMA 100-year flood plain; - Not a sublease; - Not within .25 miles of incompatible uses such as liquor establishments or correctional institutions. The space must also comply with federal and local government requirements for safety, security, accessibility, seismic standards, and sustainability. Place of Performance Honolulu, HI
| Contact name | Jessica Nonaka |
|---|---|
| Contact email | jessica.nonaka@va.gov |
| Contact phone | (916) 364-3177 |
Agency: VISN 21: Sierra Pacific Network
Location: Honolulu, Hawaii
NAICS: 238330
Agency: Surface Forces Logistics Center
Location: Honolulu, Hawaii
NAICS: 336611
Agency: Marketing and Regulatory Programs Business Services
Location: Honolulu, Hawaii
NAICS: 238210
Agency: Field Acquisition Office
Location: Honolulu, Hawaii
NAICS: 238220