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
    VA-25-00053651 PAR Excellence Procurement
    Buyer not available
    The Department of Veterans Affairs is seeking responses to a Sources Sought notice for the PAR Excellence Procurement, aimed at identifying potential vendors capable of providing support for the Weight-Based Inventory Management System (WBIMS) at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement involves annual support services, including hardware and software maintenance, with a performance period from April 2025 to April 2026, and the possibility of four optional extensions. This initiative is part of the VA's commitment to enhancing healthcare operations for veterans, emphasizing the importance of compliance with federal security and technical standards. Interested parties, particularly service-disabled and veteran-owned businesses, are encouraged to submit their capability packages by March 18, 2025, to Marcela Clark at Marcela.Clark2@va.gov or Juan C. Perez at juan.perez5@va.gov, noting that all submissions will become government property and no feedback will be provided.
    Intent to Single Source Janitorial Restroom Services for the Zablocki VAMC (Milwaukee, WI)
    Buyer not available
    The Department of Veterans Affairs intends to sole source a contract for janitorial restroom services at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The contract will be awarded to CARVELL CONSULTING, LLC, a verified Service-Disabled Veteran-Owned Small Business (SDVOSB), under regulations that permit non-competitive procurements for contracts valued up to $5 million. This service is crucial for maintaining hygiene and cleanliness in the medical facility, ensuring a safe environment for veterans. The contract is expected to last one year, from April 1, 2025, to March 31, 2026, with potential follow-on contracts based on ongoing needs. Interested parties can contact Dustin Biermann at Dustin.Biermann@va.gov or by phone at 414-844-4861 for further information.
    X1LZ--36C25525Q0145 | Parking Services for R&D | STL | Sources Sought
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a Parking Services Lease for the Saint Louis VA Medical Center's Research and Development department, located at 211 N. Broadway, St. Louis, Missouri. The procurement aims to secure a five-year lease with one-year ordering periods for parking services, which must be situated within a 15-minute walking distance from the facility. This initiative is part of the VA's commitment to explore acquisition options while prioritizing small businesses, particularly those owned by veterans, in accordance with Public Law 109-461. Interested parties must submit their capabilities statements and relevant company information to Contracting Officer Aubrey Visocsky via email by 11:59 PM CST on January 28, 2025, ensuring compliance with SAM registration and the VetCert Registry for eligible businesses.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, curb inlets, pedestrian signals, and modifications to existing utilities. The project is particularly important for improving the facility's infrastructure to better serve veterans and the surrounding community while adhering to stringent safety and regulatory standards. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by March 20, 2025, at 11:00 AM CDT, with a project budget estimated between $2 million and $5 million. For further inquiries, bidders may contact Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    V127--FY26: Armored Car Courier Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Armored Car Courier Services for the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The procurement aims to secure reliable transportation of cash and valuables between various VACHS facilities and associated locations, including Veterans Canteen Services, over a contract period from October 1, 2025, to September 30, 2026, with options for four additional 12-month extensions. This service is critical for maintaining secure operational practices within the healthcare system, ensuring compliance with federal regulations while safeguarding financial assets. Interested vendors must submit their proposals electronically by March 12, 2025, and direct any inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov or by phone at 939-759-6783.
    Annual Restriping Services 36C26025Q0046
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Annual Restriping Services at the VA Puget Sound Health Care System in Seattle, Washington, under solicitation number 36C26025Q0046. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to provide facilities support services, specifically focusing on restriping various campus locations while adhering to safety and regulatory standards. This service is crucial for maintaining safe and accessible parking facilities for veterans and staff, ensuring compliance with OSHA and Washington Department of Transportation regulations. Interested contractors must submit their offers by April 4, 2025, and direct any questions to Derek Crockett at derek.crockett@va.gov by March 21, 2025.
    V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide overnight lodging services for veterans at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, under the solicitation titled V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403). The contract, which is set to commence on April 1, 2025, and run until March 31, 2030, requires the contractor to supply a minimum of 13 rooms each night, with the potential for additional rooms as needed, ensuring compliance with AAA "two diamond" standards and federal safety regulations. This initiative is part of the VA's commitment to enhancing accommodation offerings for veterans and their caregivers, promoting small business participation in federal contracts. Interested parties must submit their offers by the extended deadline of March 13, 2025, at 10:00 AM CDT, and can direct inquiries to Laura A. Broacha at Laura.Broacha@va.gov.
    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.
    36C25625Q0541 | 564-23-702 | UPGRADE MULTIPLE PARKING LOTS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to participate in a Sources Sought Notice for the upgrade of multiple parking lots at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas (Project 564-23-702). The project entails improvements such as seal coating, paving, striping, and landscaping of existing parking facilities, with the goal of ensuring that operations at the medical center remain uninterrupted during the upgrades. This one-time Firm-Fixed Price contract is valued between $500,000 and $1,000,000 and aims to enhance the accessibility and functionality of the parking areas for veterans and their families. Interested firms are encouraged to submit a statement of interest, small business classification, capability statement, and details of relevant past projects to Madeline Allison at madeline.allison@va.gov, with responses limited to three pages. This notice serves as market research and does not constitute a formal solicitation or commitment from the government.
    Y1DA--Northport Mill and Fill Project. No. 632-25-001
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Northport Mill and Fill Project" (Project No. 632-25-001) at the Northport VA Medical Center in New York. This federal contract involves the rehabilitation of three parking lots (A, C, and Q), totaling approximately 145,000 square feet, which includes asphalt removal, installation of new asphalt, and compliance with safety and accessibility standards. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a funding magnitude between $500,000 and $1,000,000, with a bid submission deadline of 10:00 AM EST on March 17, 2025. Interested contractors should contact Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov for further details and must ensure compliance with federal procurement regulations, including the Buy American Act.