M1LZ--Valet Parking Services Contract - MIW
ID: 36C25225Q0114Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Parking Lots and Garages (812930)

PSC

OPERATION OF PARKING FACILITIES (M1LZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a Valet Parking Services Contract at the William S. Middleton Memorial Veterans Hospital in Madison, WI, and the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract, valued at approximately $47 million, will span from April 1, 2025, to March 31, 2026, with the possibility of four one-year extensions, and requires the contractor to manage valet services for an estimated daily parking demand of 215 vehicles in Madison and 275 in Milwaukee. This service is crucial for enhancing accessibility and convenience for veterans visiting the facilities, ensuring their vehicles are securely parked and managed in compliance with VA policies. Interested bidders must submit their proposals by January 27, 2025, and can direct inquiries to Contract Specialist Derrick A. Paquette at Derrick.Paquette@va.gov.

    Point(s) of Contact
    Derrick A PaquetteContract Specialist
    Derrick.Paquette@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a request for proposals (RFP) for valet parking services at the William S. Middleton Memorial Veterans Hospital in Madison and the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The purpose of these services is to address parking issues, reduce congestion, and enhance patient experience, with estimated daily vehicle parking needs of approximately 215 cars in Madison and 275 in Milwaukee. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code M1LZ with a NAICS code of 812930. Proposals are due by 8:00 AM Central Time on January 20, 2025, and interested vendors should direct inquiries to Derrick Paquette at the Department of Veterans Affairs. The contractor must provide adequate staffing to meet the fluctuating demands outlined in the performance standards throughout the contract duration. This RFP exemplifies the VA's commitment to improving operational efficiency and patient service through outsourced support services.
    The document is a Request for Quote (RFQ) for Valet Parking Services at the William S. Middleton Memorial Veterans Hospital in Madison, WI, and the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract, valued at approximately $47 million, spans from April 1, 2025, to March 31, 2026, with four possible one-year extensions. The contractor is expected to manage valet services for daily parking demands of around 215 vehicles in Madison and 275 in Milwaukee, requiring adequate staffing and facility compliance. Key responsibilities include offering valet services exclusively to VA patients, managing designated parking areas, ensuring the security of parked vehicles, and adhering to VA policies and local laws regarding safety and conduct. Performance measures are stipulated, emphasizing timely service execution and incident reporting. Additionally, the contractor must provide trained personnel, manage records meticulously, and comply with records management obligations. This document illustrates the government's approach to service contracts, emphasizing veteran care and regulatory compliance. The inclusion of clear guidelines and penalties for non-compliance indicates the complexity and importance of the contract within federal procurement, particularly in ensuring quality service to veterans in need.
    The document details an amendment to a solicitation issued by the Department of Veterans Affairs regarding valet services in Milwaukee and Madison. The primary purpose is to extend the deadline for bid submissions to January 27, 2025, and respond to vendor inquiries. Key inquiries addressed include current service contracts, parking logistics, and updated wage determinations effective December 23, 2024. Specific responses clarify equipment storage after hours, operational hours (7 AM to 5 PM), and existing conditions of valet services. Additionally, parking counts for December 2024 and January 2025 were provided, indicating daily usage trends. Overall, the amendment seeks to clarify terms and conditions surrounding the requested valet service while maintaining project timelines and compliance with federal standards. The adjustments emphasize transparency in the contracting process and ongoing communication with bidders.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor for various occupations in Wisconsin, particularly for contracts subject to Executive Orders 14026 and 13658, which establish minimum wage requirements. For contracts entered into after January 30, 2022, the minimum wage is set at $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate is specified. A comprehensive list of occupations and corresponding wage rates is provided, covering areas such as administrative support, automotive services, health occupations, and more, indicating specific rates for various classifications. The document also addresses fringe benefits, including health, welfare, vacation, and holiday provisions for employees. Compliance requirements for unlisted occupations under the contract and procedures for requesting additional classification and wage rates are detailed, emphasizing the necessity for contractors to adhere to these regulations. This wage determination aids federal contracting officials, ensuring proper compensation and protection for workers involved in government contracts, reflecting the government's commitment to labor standards and fair wages.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act (SCA), indicating the minimum wage rates that contractors must pay workers on federal service contracts. It specifies wage rates applicable in Wisconsin counties and aligns with Executive Order provisions requiring minimum wage adjustments based on the contract date. Following the guidelines, contracts effective after January 30, 2022, must adhere to a minimum wage of $17.20, while contracts from January 1, 2015, to January 29, 2022, maintain a rate of at least $12.90. The document lists various occupational wage rates and fringe benefits, including health, welfare, vacation policies, and sick leave stipulations. It mandates additional requirements for unlisted classifications through a conformance process and clarifies entitlements for occupational safety differentials and uniform allowances. This comprehensive determination ensures compliance with federal labor regulations, protecting the rights and earnings of workers engaged in government contracts, which is essential for achieving fair labor standards through RFPs and federal grants. The document also serves as a guidance resource for contractors, ensuring they meet legal obligations while supporting workforce welfare.
    The document outlines the layout and infrastructure of the University of Wisconsin Hospital, including various buildings and facilities relevant to healthcare services, particularly focusing on the Cancer Center and Mental Health Clinic. It presents a diagram that highlights key areas such as parking structures, main entrances, and support facilities like laundry and well pump houses. The purpose of this document seems to be to provide a visual representation of the hospital's campus and the interconnectivity of its facilities, which is pertinent for understanding workflow and accessibility for RFPs related to federal grants and state/local projects. The information serves as a resource for contractors and stakeholders involved in healthcare infrastructure planning and development. This map serves as an essential tool to ensure compliance with healthcare regulations while enhancing service delivery across multiple specialized healthcare areas.
    The document presents a detailed daily log of totals recorded over several months, spanning from January 2024 through December 2024. Each entry includes the day of the week, specific date, and corresponding daily total figures. Notable aspects include holidays and variations in totals across different periods, with a highlighted trend of fluctuating daily totals. The data appears relevant to monitoring and analysis for governmental operations, potentially linked to federal grants or funding allocation assessments based on performance metrics or participation levels. This organized chronology could aid in evaluating service usage, resource distribution, or program effectiveness during the specified timeframe, thus supporting broader financial and operational decision-making within federal and state agencies. The structure features a clear daily breakdown, allowing for easy tracking of trends and anomalies over time. Understanding these metrics can inform future RFPs or grants aimed at enhancing governmental projects or community services.
    The "Register of Wage Determinations Under the Service Contract Act" outlines minimum wage rates and fringe benefits for covered contractors in Wisconsin, detailing requirements dictated by Executive Orders 14026 and 13658. The document specifies that contracts entered into after January 30, 2022, must pay a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. It lists various occupations with corresponding wage rates and identifies fringe benefits, including health and welfare and vacation pay. The document further explains compliance processes for unlisted job classifications under the wage determination, including required procedures for contractors to classify new jobs that aren't pre-listed and outlines conformance requests for wage adjustments. Additionally, it codifies protections under Executive Order 13706, which mandates paid sick leave for federal contractors. Overall, this register serves to ensure fair pay and adherence to labor standards for contractors engaged in federal service contracts, emphasizing the government's commitment to worker rights and equity.
    The document outlines Wage Determination No. 2015-4899 from the U.S. Department of Labor regarding the Service Contract Act, detailing the minimum wage requirements for federal contractors. Effective depending on the contract date, contracts awarded after January 30, 2022, must pay at least $17.75 per hour, whereas those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. The filing specifies various occupations, their wage rates, and required fringe benefits in Wisconsin's Milwaukee area. Contractors must also comply with Executive Orders establishing paid sick leave and annual adjustments to wage rates. Additionally, specific guidelines are provided for unlisted classifications and conformance processes for contractor classifications not explicitly mentioned in this determination. These regulations ensure workers receive fair compensation and detailed protections under the law, highlighting the government's commitment to upholding labor standards in federally contracted services.
    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.
    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.
    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.
    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.
    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.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking vendors capable of providing elevator inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement is structured as a firm-fixed-price contract with a base year and four option years, aimed at ensuring the safety and reliability of the medical center's elevator systems. Interested vendors are invited to submit a capability statement, including their DUNS number and business details, by December 15, 2025, at 2:00 PM Central Time. For further inquiries, vendors can contact Contract Specialist Makena James at Makena.James@va.gov or by phone at (414) 844-4871.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    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.
    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.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.