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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Oklahoma City Overflow Parking
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (DVA) is seeking expressions of interest for a 20-year lease of approximately 1,000 parking spaces to serve as an overflow parking lot for the Oklahoma City VA Medical Center. The selected offeror will be responsible for the design, construction, maintenance, and operation of the facility, which must meet DVA specifications for various amenities, including fencing, gates, shuttle waiting areas, and video surveillance. This procurement is crucial for accommodating the parking needs of veterans and their families visiting the medical center, with a firm lease term of 10 years and an optional additional 10-year term, anticipated to commence on October 1, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit electronic expressions of interest by December 29, 2025, to Miranda Kloeppel at miranda.kloeppel@va.gov, with an estimated tenant improvement budget between $251,000 and $500,000.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Z2DA--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.
    Special Mode Transportation for VA Northern California Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 21, is seeking qualified vendors to provide non-emergency special mode transportation services for the VA Northern California Health Care System. The contractor will be responsible for delivering transportation services on an "as needed" basis, 24 hours a day, 7 days a week, for a period of five years starting around June 1, 2026, including the provision of gurney, wheelchair, and secure car transportation, as well as oxygen tanks when required. This procurement is critical for ensuring that veterans receive timely and safe transportation to various healthcare facilities across Northern California. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, are encouraged to submit their responses, including company information and pricing details, to Emily Trinh at emily.trinh@va.gov by December 30, 2025, at 12:00 PM PST.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.