Valet Services
ID: 36C25725Q0870Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Parking Lots and Garages (812930)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V129)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation 36C25725Q0870 for Valet Services issued by the Department of Veterans Affairs, Network Contracting Office 17. The amendment addresses questions from offerors and revises Section E.10 regarding evaluation criteria. Key clarifications include the need for a designated Traffic Director at all three locations (Dallas, Bonham, Fort Worth), confirmation that the VA provides the TV monitor for vehicle tracking at the Dallas location, and the absence of a scheduled site visit. The amendment specifies that only Texas driver's licenses are allowed for valet drivers. It also reveals the previous contract number (36C25720C0122) for the service. Staffing plans are the contractor's responsibility, with one supervisor (who can also drive) required per operating hours. The VA currently uses Flash valet software and will provide contingency plans for large-scale emergencies, while day-to-day contingencies are the contractor's responsibility. Monthly/weekly reports should be in Word, PDF, or Excel format. The revised evaluation criteria emphasize a comparative evaluation based on Technical Capability, Past Performance, and Price, with the government reserving the right to award to an offeror providing additional benefits beyond the lowest price.
    This government solicitation, 36C25725Q0870, issued by the Department of Veterans Affairs, is a Request for Proposal (RFP) for Valet Services at multiple VA North Texas Health Care System locations, including Dallas, Fort Worth, and Sam Rayburn Memorial Veterans Center. The solicitation is a total set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and covers a base period from January 28, 2026, to January 27, 2027, with four one-year options, potentially extending the contract until January 27, 2031. The NAICS code is 812930 (Parking Lots and Garages) with a $47 million size standard. Key clauses address contract terms, conditions, payment by electronic funds transfer (EFT), limitations on subcontracting for SDVOSBs, and compliance with various Federal Acquisition Regulations (FAR) and VA Acquisition Regulations (VAAR). Invoices must be submitted monthly via the Tungsten Network. The contract outlines administrative data, including contacts for the Contracting Officer, Contract Specialist, and Contracting Officer's Representative, and details specific clauses for insurance, indemnification, and other compliance requirements.
    The North Texas VA Health Care System requires professional valet services for disabled veterans and visitors at its Dallas, Fort Worth, and Bonham campuses. The contract spans a base year and four option years (January 2026 – January 2031). Services operate Monday-Friday, with specific hours and estimated vehicle volumes for each location. The contractor must provide all labor, equipment, and supervision, including supervisors at each site during operational hours. Key responsibilities include securing vehicles and keys, screening users, managing traffic, resolving after-hours issues, and providing electronic and hard-copy claim checks with liability disclaimers. The contractor must also submit a communication plan, staffing plan, emergency management plan, and Standard Operating Procedure (SOP). Valet drivers need valid Texas licenses, clean driving records, and specific health and safety training, including basic life support. Customer wait times for parking and retrieval must be under 10 minutes (95% of the time). The contractor is responsible for claims, damages, and maintaining insurance, including auto liability. They must also adhere to strict uniform, conduct, and drug/alcohol policies, and provide monthly performance reports.
    This document, Wage Determination No. 2015-5231 Revision No. 30, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contracts in Johnson, Parker, Tarrant, and Wise counties in Texas. It details hourly wage rates for numerous occupations, grouped into categories like Administrative Support, Automotive Service, Health, and Mechanics. The document emphasizes adherence to Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for applicable contracts, with annual adjustments. It also covers paid sick leave under Executive Order 13706, requiring 1 hour of sick leave for every 30 hours worked, up to 56 hours annually. Fringe benefits include health and welfare, vacation (2-4 weeks), and eleven paid holidays. Special provisions address computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications.
    This Wage Determination (No.: 2015-5273, Revision No.: 30, Date Of Last Revision: 07/08/2025) outlines minimum wage rates and benefits for service contract employees in Cooke, Delta, Fannin, and Navarro Counties, Texas, under the Service Contract Act. It details different minimum wage requirements based on contract award dates, either Executive Order 14026 ($17.75/hour) or Executive Order 13658 ($13.30/hour) for 2025, with annual adjustments. The document specifies fringe benefits including health and welfare (with separate rates for EO 13706-covered contracts), vacation, and eleven paid holidays. It also includes specific footnotes for computer employees and air traffic controllers/weather observers, outlining exemptions and special pay conditions. Hazardous pay differentials for work with ordnance and uniform allowance policies are also provided. A conformance process for unlisted occupations is detailed, requiring contractors to classify and propose wage rates for roles not explicitly covered, ensuring fair compensation and compliance with the Act.
    This document outlines wage determinations for service contracts in Collin, Dallas, Denton, Ellis, Hunt, Kaufman, and Rockwall Counties, Texas. It details minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates, with annual adjustments. The file specifies hourly wages for numerous occupations across various categories like administrative support, automotive, food service, health, and technical roles. It also covers fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks), and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers (night/Sunday pay), hazardous pay differentials, and uniform allowances are included. The document concludes with the conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
    The document provides a detailed map and directory for the VA North Texas Health Care System's Dallas Medical Center, the Sam Rayburn Memorial Veterans Center in Bonham, and the Fort Worth Outpatient Clinic. It includes a parking directory, a building directory with important destinations like the Main Hospital (Building 2), Mental Health Building (Building 1), Spinal Cord Injury Center (Building 74), and the Fisher House (Building 79), along with various entrances and roadways. The map outlines the layout of the Dallas Medical Center, indicating parking areas (Patriot, Liberty, Freedom Parking) and specific building locations with their corresponding numbers. The purpose of this document is to serve as a comprehensive guide for navigating these VA facilities.
    The Past Performance Survey (form version 1.1, 36C25725Q0870) is a four-page document used to evaluate a contractor's performance on government contracts. The survey must be completed by an organization with direct knowledge of the contractor's work and submitted via email to Shannon.hodgson@va.gov and Dayna.cantu@va.gov. It gathers general information about the contract and contractor, details the services performed, and assesses performance using a six-point scale (1-Unsatisfactory to 6-Exceptional, with "3" indicating no record or inconclusive record). The survey asks the Delegated COR to rate the contractor on nine specific aspects, including personnel quality, adherence to schedules, cooperation, discrepancy resolution, work quality, problem-solving initiative, and whether they would recommend awarding another contract. Comments are required for "Unsatisfactory" or "Marginal" ratings and encouraged for others. The COR must sign and date the survey. Submissions are due by December 9, 2025, or as extended by solicitation amendments.
    The document, D.7 ATTACHMENT 36C25625Q0870, outlines a standardized form for collecting past performance references from contractors, likely as part of a government Request for Proposal (RFP) or grant application process. It requires detailed information for three separate references, including the name and address of the organization, contract number, a brief description of the work, whether the contractor served as prime or sub-contractor, dates of performance, and total contract value. The form also asks about any terminations for cause or default, and any contract discrepancy reports, requiring explanations if applicable. Each reference also necessitates a point of contact, including their title, telephone number, and email address, along with a section for comments. This attachment is crucial for evaluating a contractor's past performance and suitability for future government contracts or grants.
    This Quality Assurance Surveillance Plan (QASP) outlines the government's approach to ensuring the North Texas Veteran Affairs Health Care System (NTXVAHCS) Valet Services contractor meets performance standards. It distinguishes the QASP from the contractor's Quality Control Plan (QCP), with the QASP providing government oversight. Key government personnel include the Contracting Officer (Shannon Hodgson) and the Contracting Officer's Representative (Bobbie Scoggins), who monitor performance. Surveillance methods include customer feedback, 100% inspection, periodic inspection, and random monitoring, all documented via a Surveillance Activity Checklist. Performance standards, such as vehicle wait times, report submission, patient complaint handling, and certification compliance, are tied to acceptable quality levels (AQLs) and incentivize performance through Favorable/Unfavorable CPARS. Monthly progress meetings will be held to assess performance.
    Lifecycle
    Title
    Type
    Valet Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Buyer not available
    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.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    Parking Lot Restriping
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking proposals for parking lot restriping and repair services at the Marion VA Medical Center in Illinois. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to refresh existing pavement markings to enhance visibility, safety, and traffic flow. The contract is a firm-fixed-price for a one-time service, with work scheduled to be completed between December 15-16, 2025, and proposals are due by 3:00 PM CST on December 7, 2025. Interested contractors should direct inquiries to James Horne Jr. at James.horne@va.gov or call 913-758-9914, and must comply with various federal regulations, including limitations on subcontracting and electronic invoicing requirements.
    V119--Wheelchair Van Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    Non-Emergent Medical Transportation Services - Phoenix VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Non-Emergent Medical Transportation Services for the Phoenix VA Healthcare System (PVAHCS) and its associated clinics. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide 24/7 transportation services, including wheelchair, stretcher, and ambulatory transport, while adhering to strict operational standards, including vehicle maintenance, driver qualifications, and compliance with HIPAA regulations. This service is crucial for ensuring that veterans receive timely and safe transportation for medical appointments and other healthcare needs. Interested parties must submit their proposals by 10:00 AM MT on December 10, 2025, to Katharine Robert at katharine.robert@va.gov, with the anticipated contract period running from January 1, 2026, to December 31, 2030, and an estimated contract value of $19 million.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Buyer not available
    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.
    V226--Detroit VAMC - Non-Emergency Medical Transportation Base 3 | Start: 1/1/2026
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for non-emergency medical transportation services at the John D. Dingell VA Medical Center in Detroit, Michigan. The contractor will be responsible for providing both ambulatory and non-ambulatory transportation services, including all necessary vehicles, personnel, and management systems, with a requirement for 24/7 availability. This service is crucial for ensuring that veterans have reliable access to medical care, and the contract is expected to span from January 1, 2026, to April 30, 2029, with an estimated total value of up to $19 million. Interested parties must submit their quotations by December 16, 2025, at 1 PM EST, and can contact Contracting Officer Robert J. Bolcavage at robert.bolcavage@va.gov or by phone at 937.469.1228 for further information.