Estimated 45 Parking Space Services for Network 23 Contracting Office (NCO 23)
ID: 36C26325Q0512Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Parking Lots and Garages (812930)

PSC

LEASE/RENTAL OF PARKING FACILITIES (X1LZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for an indefinite-delivery/indefinite-quantity (IDIQ) contract concerning parking services for approximately 45 employees at the Warren E. Burger Federal Building in St. Paul, MN. The contract is set to cover one base year and four optional years, with a total estimated value of $47 million. Interested vendors must provide 24/7 access to secured parking facilities, maintain all services, and ensure compliance with local regulations. The document highlights critical administrative tasks, including invoice submission protocols and the electronic payment system mandated by the VA. Additionally, it emphasizes the importance of oversight and evaluation of contractor performance through the Contractor Performance Assessment Reporting System (CPARS). The contract also underscores provisions for small business participation, particularly targeting service-disabled veteran-owned businesses. This RFP exemplifies the VA's focus on transparency, accountability, and adherence to federal regulations while promoting opportunities for small businesses within federal contracting.
    The document outlines the wage determinations necessary under the Service Contract Act (SCA), specifically Wage Determination No. 2015-4945. It serves to inform contractors about minimum wage requirements dictated by Executive Orders 14026 and 13658, which establish $17.75 and $13.30 per hour wage rates, respectively, based on the contract date and renewal conditions. The outline includes applicable areas in Minnesota and Wisconsin, along with detailed hourly rates for various occupations, such as Administrative Support, Automotive Services, Food Preparation, and Health Occupations. Each occupation listed is associated with specified wage rates and potential benefits, including health and welfare allowances, vacation accrual, and paid sick leave under Executive Order 13706. The document emphasizes that contractors must comply with federal regulations and provides guidelines for classifying unlisted occupations that may arise during contract execution. This wage determination is vital for federal contracting processes, ensuring fair compensation for workers across covered services while adhering to legal and regulatory standards.
    The Combined Synopsis/Solicitation Notice outlines the requirements for estimated parking space services at the Network 23 Contracting Office (NCO 23) of the Department of Veterans Affairs. The solicitation number is 36C26325Q0512, with a response deadline of March 20, 2025, at 07:00 Central Time. This RFP seeks to secure approximately 45 parking spaces within a two-block radius of the Warren E. Burger Federal Building in Saint Paul, MN. There are no recovery act funds involved, and the contract falls under the Product Service Code X1LZ and NAICS Code 812930. Interested parties can contact Contracting Officer Ray Holman at the provided email for inquiries. This notice demonstrates the VA's efforts to manage logistical support services for its operations effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation 36C26324R0038 0002
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for nursing home services under the amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation (36C26324R0038 0002). The objective is to establish Indefinite Delivery Indefinite Quantity Contracts (IDIQs) for community nursing home services to support the Minneapolis VA Health Care System, with proposals accepted until December 31, 2024. This initiative is crucial for providing quality care to veterans, ensuring that facilities meet Medicare qualifications and adhere to established standards. Interested offerors must register in the System for Award Management (SAM) and submit proposals via email to the designated contact, Matthew Rose, at matthew.rose3@va.gov, by the extended deadline of July 31, 2025. The total estimated award amount is approximately $34 million, with multiple contracts anticipated.
    Y1LZ--573-339 BB Expand Vertical Parking Garage #2 (Independence) Minor Construction - Gainesville VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the expansion of Vertical Parking Garage 2 at the Malcom Randall VA Medical Center in Gainesville, Florida. This minor construction project aims to enhance the parking facility's vertical capacity and safety features, including structural modifications and the installation of new safety measures such as fall protection guardrails. The project is significant for improving accessibility for veterans and ensuring compliance with federal safety and building regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their sealed bids by March 6, 2025, at 12:30 PM EST, and can direct inquiries to Contract Specialist Sharese H. McKinney at sharese.mckinney@va.gov.
    VHA Minneapolis Health Care System Off-Campus Housekeeping SDVOSB Set-Aside Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services for the VHA Minneapolis Health Care System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, valued at approximately $22 million, encompasses non-personal cleaning services across five locations in the Minneapolis area, with tasks including waste disposal, restroom cleaning, and floor maintenance, all to be performed outside normal business hours. This procurement aims to ensure high-quality janitorial services that support the operational needs of the VA Medical Centers, reflecting the government's commitment to engaging veteran-owned businesses. Interested contractors should contact Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov for further details.
    Y1LZ--Parking Ramp Expansion (Minor) Construction Buffalo - Project 528-375
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Parking Ramp Expansion project at the Buffalo VA Medical Center, which aims to enhance parking capacity by adding two new levels to the existing structure. The project includes the construction of a new stair tower with elevators, reconfiguration of adjacent parking areas, and improvements to traffic flow, with a budget of $23.5 million and a performance deadline of 730 calendar days from the notice to proceed. This initiative is crucial for improving infrastructure to better serve veterans, ensuring compliance with federal, state, and local codes throughout the construction process. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit proposals by April 1, 2025, and can direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov.
    V225--IDIQ - Ambulance Ground Service VA St. Cloud - MN
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice to identify potential sources for non-emergency ground ambulance services for the St. Cloud VA Health Care System in Minnesota. The procurement aims to secure 24/7 ambulance transportation services, including Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) for veterans and associated clinics. This initiative underscores the VA's commitment to providing reliable transportation services while fostering opportunities for diverse businesses, with a small business size standard set at $22.5 million under NAICS code 621910. Interested parties must submit a capability statement by March 27, 2025, to Dennis Salmonsen at dennis.salmonsen@va.gov, as pricing is not required at this stage.
    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.
    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.
    Z1DA--656-24-501 Install Remote Generator Annunciators
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota, under contract number 656-24-501. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to be registered and certified in the VetCert database. The contractor will be responsible for all aspects of the installation, including procuring materials and ensuring compliance with manufacturer specifications, with an estimated construction cost between $100,000 and $250,000 and a completion timeline of 100 calendar days from the Notice to Proceed. The RFP is anticipated to be released on or about February 20, 2025, and interested parties should direct inquiries to Contract Specialist Kaleb Gleason at kaleb.gleason@va.gov or by phone at 515-001-3232 ext. 23232.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing adherence to infection control risk assessments and VA regulations. Interested bidders must attend a mandatory site visit scheduled for February 18, 2025, and a second visit on February 24, 2025, to familiarize themselves with the project requirements, with the deadline for inquiries set for February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.