DOT FAA Parking Garage Management Service
ID: 693JK425R500006Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY693JK4 OSTWASHINGTON, DC, 20590, USA

NAICS

Parking Lots and Garages (812930)

PSC

OPERATION OF PARKING FACILITIES (M1LZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation (DOT) is seeking proposals for Parking Garage Management Services for the Federal Aviation Administration (FAA) under Request for Proposal (RFP) #693JK425R500006. The contract, which is set aside for small businesses, involves managing at least 600 parking spaces at the FAA facility in Washington, DC, with responsibilities including staffing, light maintenance, and compliance with federal regulations. This five-year contract consists of one base year and four optional annual extensions, emphasizing the importance of efficient parking management and customer service. Interested offerors must submit their proposals by August 4, 2025, and direct any inquiries to Abdul Latifi or Robin Golden via email.

    Point(s) of Contact
    Abdul Qader Latifi
    abdul.latifi@dot.gov
    Robin Denise Golden
    robin.golden@dot.gov
    Files
    Title
    Posted
    This document is an amendment to the Request for Proposal (RFP) 693JK425R500006, issued by the Acquisition Services Division in Washington, DC. The amendment, identified as #00001, addresses contractor inquiries by providing responses outlined in an attached "Questions and Answers Worksheet." Additionally, the amendment revises sections of the RFP, with changes indicated in red, while maintaining all other terms and conditions of the original solicitation unchanged. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered, with specific instructions on how to do so. The document underscores the procedural framework required in federal procurement processes, focusing on compliance with government contracting standards. This amendment aims to clarify concerns from potential offerors and enhance the bid process for the corresponding services outlined in the original RFP.
    The document is an amendment to a solicitation (No. 693JK425R500006) issued by the Acquisition Services Division, Office of the Secretary, related to a federal contract modification. The amendment, numbered 00001, modifies the original solicitation to include government responses to questions submitted by offerors on July 12, 2025, which were inadvertently missed in prior responses, detailed in Attachment 1. All terms and conditions of the original Request for Proposal (RFP) remain unchanged and in effect. Offerors are required to acknowledge receipt of the amendment before the specified deadline. The amendment emphasizes the importance of timely communication and clarification, ensuring that all prospective contractors have the latest information before submission. This document functions within the broader context of federal grant processes and RFPs, demonstrating the government's procedural diligence in facilitating fair bidding.
    The Department of Transportation's Federal Aviation Administration (DOT FAA) issued a Request for Proposal (RFP) concerning Parking Management Services, identified as RFP #693JK425R500006. The document includes a series of questions and answers relevant to potential bidders, aimed at clarifying aspects of the RFP. Key topics addressed include specifics of the parking management needs, expectations regarding service delivery, and administrative procedures for submission of proposals. The Government's responses to bidder inquiries reflect its intent to foster a competitive procurement process that ensures clarity and transparency. The RFP outlines typical operational requirements for parking services, such as revenue collection, space utilization, and customer service benchmarks. It emphasizes the need for comprehensive operational plans and compliance with federal guidelines. Overall, this RFP serves a vital role in soliciting qualified contractors to enhance parking management at FAA facilities, indicating the government’s proactive approach to ensuring efficient and effective service delivery in this sector. The structured format of the document facilitates clear communication of expectations and requirements for prospective bidders.
    The document is a response to inquiries regarding the Request for Proposals (RFP) for parking management services, specifically RFP #693JK425R500006. It confirms that the current contract is not new, referencing contract No. 693JK421C500007. The expected performance start date is October 1, 2025. The contractor must provide parking attendants but not secure parking spaces, which are federally owned. Specific responsibilities include light maintenance such as cleaning and trash pickup. The pricing model anticipates a Firm Fixed Price (FFP) contract, with no obligation to include sales tax. Contractors are required to arrange their own outside telephone services but are not responsible for any automated access control system currently in place. The number of attendants deemed suitable for smooth operations is confirmed to be three. The document clarifies that there will be no site visits allowed prior to submission and indicates that detailed pricing should comply with the Department of Labor's wage determination standards. Overall, this document efficiently outlines the expectations and requirements for potential contractors regarding the parking services RFP.
    This document addresses questions and responses related to the Request for Proposal (RFP) for the Department of Transportation (DOT) Federal Aviation Administration (FAA) Parking Management Services. The main topics include inquiries about the availability of current floor plans for the FAA parking garage, historical data on parking volume, access to telecommunications for contractors, standard reporting formats, software integration requirements, and transition periods for contractors. Key points indicate that no floor plans or historical parking data are available; telecommunications are currently not provided for onsite contractors; and no standard reporting format exists for quarterly reports. Additionally, the DOT does not utilize any software for garage tracking that the new contractor will need to adopt. Notably, there will not be a transition period provided for coordination with the current contractor, as the existing contract concludes on September 30, 2025, transitioning directly to the new contract beginning October 1, 2025. This document serves to clarify expectations for potential bidders in the context of federal procurement, ensuring they understand existing limitations and requirements associated with the parking management services contract.
    The document outlines a federal Request for Proposal (RFP) pertaining to the provision of parking lot attendants across multiple contract periods, including a base year and four option years. For each year, the RFP specifies the required number of attendants (3), their unit hours (1912), and sections to indicate rates and estimated dollar amounts, although these fields remain unfilled, indicating that specific financial details are yet to be determined. The primary aim is to solicit bids for staffing parking lots over these defined periods. By structuring the RFP in this way, the government seeks to ensure there is clarity in the bidding process, allowing potential contractors to understand obligations and expectations over multiple contract years. The repetitive structure for each contract option suggests long-term planning and continuity in service provision to meet public needs while fostering competitive bidding for the contracted services. Overall, the document reflects the standard process in government contracting to facilitate efficient service delivery while remaining open to proposals from various entities.
    The document outlines the solicitation for Parking Garage Management Services by the U.S. Department of Transportation's Federal Aviation Administration (FAA). It includes the Federal Acquisition Regulation (FAR) 52.209-7, which addresses responsibilities regarding federal contracts over $10 million. Key definitions include "administrative proceeding," which pertains to non-judicial fault determinations, and "principal," referring to business entity leaders. Offerors are required to disclose whether they have current federal contracts exceeding the threshold and provide accurate, complete information on any relevant judicial proceedings in the last five years. This includes any criminal convictions, civil findings of fault, or administrative penalties exceeding $5,000. The offeror must also maintain an updated registration in the System for Award Management (SAM) to ensure compliance and integrity reporting. This solicitation emphasizes the importance of accountability in federal contracting, mandating transparency of any past legal issues that could affect contract performance. The aim is to ensure that only responsible entities participate in federal projects, thereby safeguarding public funds and maintaining program integrity.
    The U.S. Department of Transportation (DOT) has issued a Request for Proposal (RFP #693JK425R500006) for FAA Garage Parking Management Services, seeking support for its Office of Transportation Services. The RFP is set aside for small businesses and anticipates awarding a Firm Fixed Price contract for five years, including a base year and four one-year options. The contract involves managing at least 600 parking spaces, requiring the contractor to ensure compliance with regulations, provide trained staff, and maintain communication with FAA personnel. The contractor must provide professional service from 7:30 a.m. to 5:00 p.m. on weekdays, excluding federal holidays. Detailed labor requirements include a project manager and trained parking attendants who will oversee daily operations, and there are stipulations for maintaining a drug-free workplace. The document outlines specific responsibilities, equipment usage, insurance requirements, and reporting obligations. The overarching goal is to ensure efficient parking management, safety, and compliance with federal standards at the FAA facility in Washington, DC.
    The U.S. Department of Transportation (DOT) is soliciting proposals for parking management services at the FAA Garage located in Washington, DC, under RFP #693JK425R500006. This contract, which is set aside for small businesses, seeks to manage parking operations over five years, including a one-year base period followed by four optional annual extensions. The contractor must provide 600 parking spaces, facilitate tandem parking, and ensure compliance with regulations for government vehicles and permits. Responsibilities include supervising parking attendants, conducting maintenance, and engaging in customer service during business hours. The contractor's personnel must adhere to drug-free workplace policies and be U.S. citizens or lawful residents. Contractors must also maintain insurance, and compliance with federal regulations regarding telecommunications and electronic invoicing is mandatory. Performance will be regularly evaluated, and reports on parking usage must be submitted quarterly. The deadline for proposal submission is August 4, 2025, with any inquiries directed to designated DOT contacts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.
    Lenel Support Services Solicitation 693JK426Q500001 for DOT
    Transportation, Department Of
    The U.S. Department of Transportation (DOT) is soliciting proposals for Lenel Support Services under Solicitation No. 693JK426Q500001, aimed specifically at small businesses. The procurement seeks technical support services for the Lenel OnGuard physical security system, including software upgrades and various support plans, to ensure the continuous operation and maintenance of the system. This initiative is critical for maintaining the security infrastructure of the DOT, leveraging Lenel's proprietary technology that is already integrated into their operations. Proposals are due by January 19, 2026, with inquiries accepted until December 7, 2025; interested parties should contact James Mowery at james.mowery@dot.gov for further information.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for a Non-Personal Services Contract to support the Infrastructure Research and Technology Deployment Program. This procurement aims to engage professional engineering and technical support services that will enhance the deployment of innovative infrastructure technologies. Such services are crucial for advancing the nation's transportation infrastructure and ensuring the effective implementation of research findings. Interested parties can reach out to Marcus Fowler at Marcus.Fowler@dot.gov for further details regarding the contract, which is outlined in the attached documentation.
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    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.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.