M1LZ--VASDHS OFF-SITE EMPLOYEE PARKING SERVICES
ID: 36C26225R0066_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Parking Lots and Garages (812930)

PSC

OPERATION OF PARKING FACILITIES (M1LZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for off-site employee parking services at the VA San Diego Healthcare System, with a total contract value of $47 million. The procurement aims to provide parking solutions for employees, veterans, patients, and visitors, requiring space for 600 vehicles within five miles of the facility, along with compliance with the Americans with Disabilities Act (ADA) and other operational standards. This initiative underscores the VA's commitment to enhancing service delivery and accessibility, with the contract set to span from November 1, 2025, to October 31, 2030, including multiple option years for renewal. Interested vendors must submit their proposals by May 9, 2025, at 10:00 AM PDT, and can contact Dr. Barry Bland at barry.bland@va.gov or 858-626-8744 for further information.

Point(s) of Contact
Dr. Barry BlandSenior Contract Specialist
(858) 626-8744
(858) 626-8744
barry.bland@va.gov
Files
Title
Posted
Apr 22, 2025, 5:09 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for off-site parking services at the VA San Diego Healthcare System. The acquisition is set for a total of $47 million, with a solicitation number of 36C26225R0066, and bids are due by May 9, 2025, at 10:00 AM PDT. The RFP is unrestricted but specifies a 100% goal for small business participation. It details delivery timelines and terms, indicating that services will span from November 1, 2025, to October 31, 2030, with multiple option years for renewal. Contractors must comply with federal acquisition regulations, including those focused on service-disabled veteran-owned and small businesses. The document emphasizes electronic submission of invoices, adherence to contract clauses, and outlines penalties for misrepresentation. Overall, this RFP reflects the VA's commitment to enhancing service delivery while adhering to small business utilization mandates and regulatory frameworks.
Apr 22, 2025, 5:09 PM UTC
The VA San Diego Healthcare System has issued a Request for Proposal (RFP) for parking services, encompassing a contract for off-site parking for employees, Veterans, patients, and visitors at their facility in San Diego, CA. The contract spans a base year (11/01/2025 - 10/31/2026) with four optional renewal years, structured as a firm fixed price agreement. Key requirements include providing space for 600 vehicles within five miles of the Medical Center, with specific provisions for oversized Government vehicles and compliance with the Americans with Disabilities Act (ADA). Contractors must maintain a security presence and offer a valet service with expedited vehicle retrieval. Restroom facilities are to be provided, ensuring accessibility and cleanliness, and general upkeep of the parking area is expected. Additionally, the contractor must deliver weekly utilization reports and maintain insurance and liability coverage throughout the contract duration. Special attention is given to the contractor's staff, who must adhere to professional standards, including not accepting tips, while working to ensure customer satisfaction and safety. This RFP underscores the VA's aim to enhance service quality and accessibility for its users by contracting specialized parking services.
Apr 22, 2025, 5:09 PM UTC
The Service Contract Act Wage Determination (WD) number 2015-5635 pertains to non-standard services specifically in California, focusing on San Diego County. This document indicates the prevailing wage rates required for service contracts governed by the Service Contract Act, which mandates minimum wages for workers on federal contracts. This latest revision (number 26) was published on December 22, 2024. Stakeholders, including contractors and government agencies, can access the complete wage determination details through the provided link. Understanding these wage determinations is essential for compliance in federal contracts to ensure fair compensation for service workers as mandated by law.
Apr 22, 2025, 5:09 PM UTC
The documents VA10091, W-9 Form, and FMS Vendor File Update Request Form relate to the procurement process for federal and state grants. The main purpose of these files is to establish a framework for vendor registration and compliance with federal requirements for contractors. The VA10091 outlines specific requests for proposals (RFPs) or grants, while the W-9 Form collects critical taxpayer information necessary for payment processing. The FMS Vendor File Update Request Form ensures that the vendor database remains current, enabling effective and timely financial transactions. Together, these documents facilitate a streamlined approach to vendor onboarding and compliance, essential for fulfilling government contracting needs. The overarching theme emphasizes the importance of adherence to federal regulations in maintaining a transparent and functional procurement system, ultimately contributing to efficient governmental operations.
Apr 10, 2025, 5:05 PM UTC
This document pertains to the vendor registration process for a solicitation from the Department of Veterans Affairs. It outlines the necessary vendor information, including the requestor, service details, vendor name, address, contact information, tax identification, and payment address. It requires the vendor to confirm whether they have an existing contract and check a list of socioeconomic group qualifications. Key fields include verification of 1099 vendor status, acceptance of purchase cards, DUNS registration, and registration with the Central Contractor Registration (CCR). Additionally, vendors must be checked against exclusion lists to ensure compliance with federal government regulations. The specific case highlighted involves YHB Long Beach LLC, providing their unique entity ID and contact details, signaling their intention to engage in a federal contracting opportunity. This file illustrates the structured process for vendor applications in relation to government RFPs and grants aimed at ensuring compliance with federal requirements and promoting fair business practices.
Apr 22, 2025, 5:09 PM UTC
The document outlines a vendor information form designed for the registration and evaluation of potential vendors for federal and state contracts. Key sections include vendor identification details, contact information, payment details, and vendor qualifications, such as existing contracts and socioeconomic group classifications. Compliance is emphasized, requiring vendors to possess a Tax Identification Number (TIN) or Social Security Number (SSN), a DUNS number, and registration with the Central Contractor Registration (CCR). Additional checks include verifying 1099 eligibility and confirming compatibility with federal government business through mandatory registration sites. The form aims to ensure all vendors meet the necessary legal and operational requirements before entering the VA database, reflecting the stringent evaluative process required in federal procurement and grant processes.
Apr 22, 2025, 5:09 PM UTC
The VA San Diego Healthcare System (VASDHS) is seeking proposals for parking services that cover an initial base year with the possibility of four additional option years. The main purpose of this request for proposals (RFP) is to solicit services from qualified vendors to manage parking operations, ensuring efficient and accessible parking solutions for patients, visitors, and staff. Key components of the RFP include operational management, staffing requirements, parking maintenance, and compliance with applicable regulations and standards. Proposals should demonstrate experience in similar settings, capability to enhance user experience, and effective loss management strategies. Additionally, the RFP outlines evaluation criteria for submitted proposals, prioritizing considerations such as operational efficiency, cost-effectiveness, and quality of service. The document emphasizes the importance of innovation in parking solutions and adherence to federal guidelines. This initiative reflects the VASDHS commitment to improving facility operations and supporting patient-centered care through enhanced accessibility and convenience in parking services.
Apr 22, 2025, 5:09 PM UTC
The VA-FSC Vendor File Request Form facilitates the establishment and modification of vendor records for the Department of Veterans Affairs. It requires vendors to provide specific information, including station details, vendor type, and banking information necessary for electronic funds transfer. Vendors may indicate whether they are new or existing within the system, and select applicable actions like claims assignments or payments for medical services. The form mandates that commercial vendors be registered in SAM.gov and provide their Unique Entity Identifier (UEI). It also emphasizes compliance with the Privacy Act of 1974, stating the use of collected data for payment processing. The form includes instructions for completion and submission via secure fax, specifying a standard processing time of 3-5 business days. This document is essential for streamlining the vendor onboarding process within federal and state contexts.
Apr 22, 2025, 5:09 PM UTC
The VAAR 852.219-75 notice outlines the limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It stipulates that for service contracts, contractors cannot subcontract more than 50% of the government payment to non-certified businesses, while for general construction, the limit is 85% and 75% for special trade construction. Any further subcontracting by certified SDVOSBs or VOSBs counts toward these limits. The offeror acknowledges the authority of U.S. agencies over this certification and the potential penalties for false claims, including fines and debarment. The document specifies that compliance may be verified by the VA through documentation such as invoices and subcontract details. The certification must be signed and submitted with the bid for the offeror to be considered for award. This requirement supports the goal of ensuring that a majority of contract work benefits veteran-owned businesses, reflecting the government's commitment to fostering economic opportunities for these groups while ensuring compliance is strictly monitored.
Apr 22, 2025, 5:09 PM UTC
The document is a Form W-9, titled "Request for Taxpayer Identification Number and Certification," created by the Internal Revenue Service (IRS). It serves as a tool for U.S. persons, including resident aliens, to provide their correct Taxpayer Identification Number (TIN) to requesters for tax reporting purposes. The form includes sections for personal information such as the individual's name, address, and TIN. Key points include the certification that the TIN is correct and the individual is not subject to backup withholding. Specific instructions are provided for different entity types and scenarios, alongside legal penalties for providing false information or failing to furnish a correct TIN. The form underscores the implications of backup withholding, facilitating compliance with federal tax obligations. Furthermore, it addresses exemptions for certain payments and payees, applicable for IRS reporting purposes. The document's construction aims to standardize the collection of TINs to help both the IRS and requesters meet legal requirements, especially in contexts tied to federal funding and grant processes. This structure assists in ensuring accurate tax reporting, especially for government contracts and grants requiring compliance with federal regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
M1LZ--VASDHS OFF-SITE EMPLOYEE PARKING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking proposals for off-site employee parking services for the VA San Diego Healthcare System (VASDHS). This procurement includes a base year contract with the option for four additional years, aimed at providing essential parking facilities to support the operations of the Jennifer Moreno Medical Center. The opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), reflecting the VA's commitment to fostering opportunities for eligible small businesses. Interested parties should direct inquiries to Dr. Barry Bland at barry.bland@va.gov, with proposals due by May 9, 2025, at 10:00 AM Pacific Time.
PRE-SOLICITATION_36C25625R0080_ 564-23-702_ UPGRADE MULTIPLE PARKING LOTS
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Upgrade Multiple Parking Lots" project at the Veterans Health Care of the Ozarks in Fayetteville, Arkansas. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves upgrading various parking lots (Lot C, 3G, M, MC, P, and Q) while adhering to safety standards and ensuring that ongoing medical operations are not disrupted. The anticipated contract will be a Firm-Fixed Price award with a construction magnitude between $500,000 and $1,000,000, and interested contractors must register with the SBA VetCert and the System for Award Management (SAM) by the proposal due date. The official solicitation is expected to be released around May 12, 2025, with responses due by May 8, 2025; for further inquiries, contractors may contact Madeline Allison at madeline.allison@va.gov.
V226--Ride Share Scheduling Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for Ride Share Scheduling Services under solicitation number 36C24825Q0507, specifically set aside for Veteran-Owned Small Businesses. The objective of this procurement is to enhance transportation logistics for veterans, particularly focusing on those experiencing homelessness and ensuring timely ride arrangements to support their healthcare needs. This contract will cover a base performance period from May 16, 2025, to May 15, 2026, with four optional years, and includes various services such as administrative costs and 24-hour support for scheduled riders. Interested vendors must submit their quotes by April 30, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
Z2LZ--36C24425B0005 Pit Re-Stripping Solicitation
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Pit Re-Stripping project at the Wilmington VA Medical Center in Delaware. This procurement specifically targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary labor, materials, and equipment to enhance parking lot safety and traffic flow, adhering to applicable regulations. The project budget is capped at $25,000, with the contract awarded based on the lowest conforming bid, and work must commence within a specified timeframe, completing within 183 days post-award. Interested parties should direct inquiries to Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov or call 302-332-5107, with proposals due by May 16, 2025, at 10:00 AM Eastern Time.
PMR Reverse Osmosis System
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide maintenance services for Reverse Osmosis (RO) Systems and the exchange of Deionized (DI) Water Tanks at the VA San Diego Medical Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the continued operation and reliability of essential water purification systems. The total estimated award for this contract is $41 million, with a performance period starting on April 30, 2025, and options for extensions through fiscal year 2029. Interested parties must submit their offers by April 25, 2025, and can direct inquiries to Earl Henry at earl.henry@va.gov.
Z1DA--36C24425B0002 Building 13 South Lot Paving 460-23-004
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the paving of the South Lot at the Wilmington VA Medical Center, identified by solicitation number 36C24425B0002. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS Code 236220, focusing on commercial and institutional building construction. The initiative aims to enhance the infrastructure of the medical center, ensuring improved access and operational efficiency for veterans. Interested contractors must submit their proposals by April 25, 2025, at 11:00 AM Eastern Time, and can contact Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov or 302-332-5107 for further details.
V119--Wheelchair Transport FY25 Contract
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transport services for the Durham VA Medical Center in North Carolina for fiscal year 2025. The procurement aims to secure patient pick-up and delivery services using wheelchair vans, with contractors required to adhere to strict operational protocols, including timely responses to service requests within 45 minutes. This service is crucial for ensuring the mobility and accessibility of veterans, and the procurement falls under NAICS code 485999, which encompasses all other transit and ground passenger transportation, with a small business size standard of $19 million. Interested parties must submit their responses, including company details and qualifications, in writing by April 29, 2025, to Ricardo McIntosh at Ricardo.McIntosh@va.gov.
Z2DA--Asphalt Maintenance and Repair | 442-23-001
Buyer not available
The Department of Veterans Affairs is soliciting offers for an asphalt maintenance and repair project at the Cheyenne VA Medical Center in Wyoming, designated as Project 442-23-001. The project involves aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with a budget estimated between $500,000 and $1,000,000, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for maintaining the operational integrity and safety of the medical center's facilities, ensuring minimal disruption to hospital operations during construction. Proposals are due by May 1, 2025, at 2:00 PM MDT, and interested contractors should contact Timothy Verburgt at Timothy.Verburgt@va.gov for further information.
V212--Togus Special Mode Transport New
Buyer not available
The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
V225--Ground Ambulance Services Indefinite Delivery Indefinite Quantity (IDIQ); Base Year Plus Four One Year Ordering Periods
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Ground Ambulance Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Eastern Colorado Health Care System. This procurement includes a base year and four additional one-year ordering periods, specifically aimed at providing reliable medical transportation services tailored to veterans' healthcare needs. The solicitation, referenced as 36C25925R0068, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be available for download on the Contract Opportunities website at SAM.gov around May 19, 2025. Interested parties should direct inquiries to Contract Specialist Chris Hollingsworth at Chris.Hollingsworth@va.gov or by phone at (303) 712-5724.