OSC Parking
ID: 140D0425Q0309Type: Combined Synopsis/Solicitation
AwardedJun 2, 2025
$241.9K$241,920
AwardeeECOLOGY MIR GROUP LLC 10400 EATON PL STE 250 FAIRFAX VA 22030 USA
Award #:140D0425P0094
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, 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 the Interior is seeking quotations for parking services on behalf of the U.S. Office of Special Counsel (OSC), specifically requiring parking for eighteen senior employees within a 3/8-mile radius of their office in Washington, DC. The procurement aims to secure parking spaces that provide 24/7 access with enhanced security features, emphasizing the importance of safety and convenience for OSC staff. This contract will be structured as a firm-fixed price purchase order, with a performance period from July 1, 2025, to June 30, 2030, and the total anticipated award amount is $47. Interested small businesses must submit their questions by April 24, 2025, and responses to the RFQ are due by May 16, 2025, at 5 PM ET, with further inquiries directed to Ericka Graham at ericka_graham@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior seeks to procure parking spaces for the U.S. Office of Special Counsel through Request for Quotation # 140D0425Q0309. The agency requests eighteen parking spots for senior staff within a 3/8-mile radius of their office in Washington, DC, emphasizing secure access and safety. The contract will be a firm-fixed price purchase order, divided into a base period from July 1, 2025, to June 30, 2026, with up to four optional extension periods. The solicitation is designed specifically for small businesses and adheres to Federal Acquisition Regulations, requiring quotations to meet various administrative and technical criteria. Invoices must be submitted electronically, detailing contractor information, billing periods, and service descriptions. Technical acceptability and pricing will be evaluated under a Lowest Price Technically Acceptable basis, with potential site walkthroughs to confirm compliance with safety and security requirements. Key provisions also include the necessity for contractors to share performance data and to follow detailed reporting and compliance guidelines concerning labor and safety standards. This procurement underscores the federal government's commitment to securing appropriate services while fostering fair competition among small businesses.
    The United States Department of the Interior is soliciting quotations through Purchase Order Solicitation #140D0425Q0309 for parking procurement services on behalf of the U.S. Office of Special Counsel (OSC). The goal is to secure fourteen employee parking spaces near 1730 M. Street NW, Washington, DC, for OSC senior staff, requiring 24/7 access with enhanced security features. The solicitation is set aside for small businesses under NAICS Code 812930, with a firm-fixed price purchase order structure. The contract period spans from July 1, 2025, to June 30, 2030, including multiple option years. Notably, payment processing will utilize the Invoice Processing Platform (IPP), and vendors must comply with various Federal Acquisition Regulation (FAR) requirements. Quotes will be evaluated based on technical acceptability and price, with a focus on the lowest price technically acceptable (LPTA) criteria. The government may conduct site walkthroughs to validate that parking facilities meet security and safety needs, highlighting compliance with acquisition regulations and an emphasis on timely and accurate submissions.
    The document is an amendment to solicitation 140D0425Q0309 concerning parking services for the Office of Special Counsel. It outlines the requirements for contractors to acknowledge receipt of the amendment and provides clarification in response to contractor inquiries without altering the original specifications, RFQ, or closing date. Key details include the period of performance, which spans from July 1, 2025, to June 30, 2030, and that the parking services will require 24-hour access throughout the week. Responses to contractor questions indicate there is no incumbent contractor and specify that the average size of vehicles includes sedans and minivans. Additionally, it notes that while vehicles will not be parked overnight, access must be available at all times. This amendment serves primarily to address contractor questions and ensure all parties are informed of expectations without changing any terms of the solicitation, adhering to procedural guidelines for government contracts.
    The document is an amendment (0002) to a solicitation for a Request for Quotation (RFQ) that modifies contract terms related to OSC’s requirements and updates a specific FAR clause (52.212-5). It includes procedures for acknowledging receipt of this amendment, stipulating that failure to do so prior to the specified deadline could result in rejection of the offer. The closing date for the RFQ has been extended to May 16, 2025, at 5 PM ET. The period of performance for the contract runs from July 1, 2025, to June 30, 2030. The amendment also clarifies that all other terms and conditions of the original solicitation remain in effect. This document demonstrates the procedural rigor applicable in federal contracting and the importance of timely communication in the procurement process. It conveys essential information about contract modifications, ensuring compliance and transparency in federal government operations.
    This document is a Request for Quotation (RFQ) issued by the Interior Business Center, specifically for commercial products or services, adhering to the Federal Acquisition Regulations (FAR). The RFQ details a procurement process, including important deadlines for questions and submission of offers due by May 2, 2025, at 3:00 PM ET, with a specified period of performance from July 1, 2025, to June 30, 2030. The solicitation encourages participation from various business categories, such as service-disabled veteran-owned small businesses and economically disadvantaged women-owned small businesses. It requires interested offerors to submit their questions by April 24, 2025, via designated email addresses. The document emphasizes that the offerors must complete specified fields and adhere to regulatory guidelines throughout the bidding process. The total anticipated award amount is $47, and deliveries are to be made free on board at the designated destination in Herndon, VA. Overall, this RFQ outlines formal requirements and instructions essential for potential contractors interested in providing services or products to the federal government.
    Lifecycle
    Title
    Type
    OSC Parking
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    M--Notice Of Intent to Sole Source
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is issuing a Notice of Intent to Sole Source for urgent parking and ticketing services at Hoover Dam. This procurement aims to secure comprehensive services, including personnel, equipment, and an integrated on-site Ticket Sales and Reservations System for the Visitor Center, tours, special events, and various parking facilities. The selected contractor, Laz Parking LTD, LLC, will ensure continuity of services due to their existing infrastructure, with the contract anticipated to be awarded by December 31, 2025, and services commencing on January 1, 2026, through June 30, 2026. Interested parties may submit capability statements by December 19, 2025, and can direct inquiries to Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.
    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.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Washington DC Area Local Moving and Storage Services
    State, Department Of
    The Department of State is preparing to issue a Request for Proposal (RFP) for local moving and storage services in the Washington, D.C. Metropolitan area, specifically for U.S. Government employees serving overseas. The procurement will encompass a range of non-personal services including packing, crating, transportation, and storage of household effects and privately owned vehicles (POVs), with a focus on companies capable of handling large volumes and adhering to strict labor standards. This opportunity is significant for ensuring the efficient relocation and storage of government personnel's belongings, with the RFP expected to be released between December 15 and December 29, 2025. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Juan Fernandez at fernandezjm@state.gov for further inquiries.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.