Skip to content
Department of Veterans Affairs

X1GZ--HONOLULU WAREHOUSE SUCCEEDING LEASE

Solicitation: 36C24W25R0046
Notice ID: 4962b210461c47c0bb943835269657ed
TypeSources SoughtNAICS 531130PSCX1GZDepartmentDepartment of Veterans AffairsPostedJan 05, 2026, 12:00 AM UTCDueJan 07, 2026, 11:30 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}. Response deadline: Jan 07, 2026. Industry: NAICS 531130 • PSC X1GZ.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$68,699,272,131
Sector total $68,699,272,131 • Share 100.0%
Live
Median
$253,715
P10–P90
$29,763$10,909,709
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($68,699,272,131)
Deal sizing
$253,715 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}
Contracting office
Mcclellan, CA • 95652 USA

Point of Contact

Name
Jessica Nonaka
Email
jessica.nonaka@va.gov
Phone
916-364-3177

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
RPO WEST (36C24W)
Office
Not available
Contracting Office Address
Mcclellan, CA
95652 USA

More in NAICS 531130

Description

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.