1st MCD POV Parking OST Providence RI
ID: M939035694371Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALPARRIS ISLAND, SC, 29905-9001, USA

NAICS

Parking Lots and Garages (812930)

PSC

LEASE/RENTAL OF PARKING FACILITIES (X1LZ)

Set Aside

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

    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for parking services for Personally Operated Vehicles (POV) at the Officer Selection Team (OST) in Providence, Rhode Island. The procurement requires the contractor to provide three secured parking spaces that are accessible 24/7, monitored by security cameras, and located within half a mile of the OST, with an initial base year from April 1, 2025, through April 30, 2026, and two optional renewal years. This opportunity is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small disadvantaged businesses while ensuring compliance with federal labor standards and regulations. Interested parties must submit their proposals by March 17, 2025, at 10:00 AM EST, and can direct inquiries to Linda Green at linda.green@usmc.mil or Starleana Brown at starleana.brown@usmc.mil.

    Files
    Title
    Posted
    The document is an amendment to a federal solicitation, which modifies various clauses and sections pertaining to the procurement process. Key changes include the removal of specific FAR clauses (52.222-21 and 52.222-26) from the solicitation, and the adjustment of clause 52.212-3 to eliminate specific certifications related to Executive Order 11246. Additionally, Section L is updated to emphasize the requirement for 100% participation from small disadvantaged businesses. The amendment reaffirms existing terms while detailing compliance obligations under federal acquisition regulations, including clauses related to labor standards, veteran opportunities, and child labor prohibitions. Notably, the amendment ensures that contractors adhere to the principles of equal opportunity and compliance with various regulations regarding business operations. The document highlights the government's commitment to supporting small businesses and ensuring lawful operations while maintaining the integrity of the contracting process.
    The document outlines a Request for Proposal (RFP) for providing parking services for Personally Operated Vehicles (POV) at the Officer Selection Team (OST) in Providence, Rhode Island, covering an initial base year from April 1, 2025, through April 30, 2026, with two optional renewal years. The contractor must supply three secured parking spaces, accessible 24/7, monitored by security cameras, and within half a mile of the OST. The procurement is designated as a small business set-aside, and the total award amount will be determined based on proposals received. The document details the contractual terms, including performance specifications, delivery periods, and requirements for contractor communication with the government representatives. Key points include mandated safety features, inspection and acceptance conditions, as well as clauses incorporated into the contract, ensuring compliance with federal regulations. This RFP highlights the U.S. government's commitment to efficiently manage resources and support small businesses while ensuring the security and accessibility of government-associated services.
    The document contains multiple iterations of "Attachment 1 - Wage Determination," indicating it is a critical component related to the wage standards applicable to federal contracts. Wage determinations set the minimum wage, fringe benefits, and labor classifications for workers involved in government contracts, ensuring compliance with federal labor laws. These attachments are essential in guiding contractors bidding on federal projects, as they outline the required labor conditions to maintain fairness and promote workforce protections. This standardization is crucial for the integrity of the contracting process and assists in aligning federal grants and state/local RFPs with prevailing wage requirements. The presence of multiple attachments suggests a thorough or perhaps a repetitive emphasis on the wage determination criteria, reflecting the government's commitment to transparent and equitable labor practices in public contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to secure comprehensive facility support services, including the management and enhancement of facilities, installed equipment, and systems, with a strong emphasis on compliance with federal regulations and safety standards. This contract is a total small business set-aside, structured as a firm-fixed-price agreement with a base year and four option years, highlighting the government's commitment to engaging small businesses in federal contracting opportunities. Proposals are due by October 24, 2024, at 2:00 PM local time, and interested parties can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.
    MARCH AIR RESERVE BASE TRAFFIC AND PARKING MANAGMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for traffic and parking management services at the March Air Reserve Base during the 2025 Air Show. The primary objective is to efficiently guide inbound and outbound traffic and manage parking zones for an anticipated daily influx of 40,000 to 50,000 vehicles, ensuring a safe and secure environment throughout the multi-day event. This procurement is critical for facilitating smooth operations during a significant military public event, adhering to federal contracting regulations. Interested parties should note that the submission deadline has been extended to March 13, 2025, at 12:00 PM PST, and can contact Joshua Davidson at Joshua.Davidson.16@us.af.mil or Marissa E Lopez at marissa.lopez.5@us.af.mil for further information.
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
    Estimated 45 Parking Space Services for Network 23 Contracting Office (NCO 23)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for an indefinite-delivery/indefinite-quantity (IDIQ) contract to provide parking space services for approximately 45 employees at the Warren E. Burger Federal Building in Saint Paul, Minnesota. The contract will cover one base year and four optional years, with an estimated total value of $47 million, requiring vendors to ensure 24/7 access to secured parking facilities while maintaining compliance with local regulations. This procurement is crucial for supporting the logistical needs of VA operations, emphasizing transparency and accountability, particularly in promoting opportunities for small businesses, including service-disabled veteran-owned enterprises. Interested vendors must submit their proposals by March 20, 2025, at 07:00 Central Time, and can direct inquiries to Contracting Officer Ray Holman at Raymond.Holman@va.gov.
    REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to negotiate with a selected offeror for the transfer of ownership of utilities and related easements, ensuring continued service to existing and future users at the station. This initiative is part of a broader strategy to optimize resource management and enhance operational efficiency in public utilities, emphasizing the importance of compliance with environmental regulations and historical preservation. Proposals must be submitted by 5 PM on February 11, 2025, and interested parties can contact Chris Nelson at christopher.r.nelson@navy.mil or Heather Stadler at heather.m.stadler2.civ@us.navy.mil for further information.
    Amphibious Operations Subject Matter Expertise and Instructor Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Amphibious Operations Subject Matter Expertise and Instructor Services to support the Expeditionary Warfare Training Group, Atlantic (EWTGLANT). The primary objective is to conduct training focused on naval expeditionary warfare, particularly amphibious operations, with a contract performance period from March 17, 2025, to March 16, 2026. This opportunity is set aside for small businesses, including service-disabled veteran-owned and women-owned small businesses, emphasizing the importance of compliance with federal standards and regulations throughout the procurement process. Interested parties must submit their proposals electronically in PDF format by 10:00 AM on March 13, 2025, and can contact Kori Gearhart at kori.gearhart@usmc.mil or Marcus Schnars at marcus.schnars@usmc.mil for further information.
    Armed Forces Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 5,500 Gross Square Feet of fully-serviced office space in Norfolk, Virginia. The procurement aims to secure a facility that meets specific requirements related to accessibility, fire safety, and environmental compliance, while adhering to local, state, and federal regulations. This opportunity is critical for supporting the operational needs of the Army, ensuring a suitable environment for its personnel. Interested parties must submit their proposals by March 21, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.
    S&RTS Ports of Southern California (SOCAL)
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to stringent safety and security standards. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal regulations and the importance of engaging small businesses, particularly those owned by veterans and women. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil.
    Rental of (12) 40FT Open Side Conex Boxes
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking quotes for the rental of twelve 40-foot open side Conex boxes for equipment storage under solicitation number N3904025Q2971. The contract is a total small business set-aside, with a performance period from July 14, 2025, to July 12, 2026, and an optional extension until August 16, 2026. These Conex boxes are crucial for maintaining operational efficiency and security within the shipyard, and vendors must ensure compliance with specific delivery logistics and operational security requirements. Interested vendors must submit their proposals via email by March 31, 2025, at 08:00 AM ET, and must be registered in the System for Award Management (SAM). For further inquiries, contact David Ham at david.m.ham7.civ@us.navy.mil or call 207-994-4511.
    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.