FY25 Parking Spaces - 14 WS
ID: FA460025Q0041Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Parking Lots and Garages (812930)

PSC

LEASE/RENTAL OF PARKING FACILITIES (X1LZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of 64 parking spaces for the 14th Weather Squadron in Asheville, North Carolina. The parking spaces must be located within 1/8 mile of the Veach-Baley Federal Complex, ensuring accessibility for USAF active-duty military and civil servants. This procurement is crucial for maintaining mission readiness and safety, as it addresses current parking challenges and enhances operational efficiency. Interested contractors should note that the total award amount is approximately $47 million for a 12-month period, with quotes due by April 23, 2025. For further inquiries, potential bidders can contact Nichole Barragan at nichole.barragan.2@us.af.mil or Austin D. Palrang at austin.palrang@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for securing 64 parking spaces for the U.S. Air Force's 14th Weather Squadron in Asheville, NC. The spaces should be located within 1/8 mile of the Veach-Baley Federal Complex, ensuring safety and accessibility for squadron personnel. The identified need stems from safety concerns regarding current parking conditions. The contractor must provide a well-maintained parking area, free from violent crime history in the past year, accessible during regular business hours, and suitable for medium-sized vehicles. Notifications are required for any lack of availability due to scheduled or unforeseen events, with specified time frames for communication. This contract is for a fixed price over a 12-month period and aims to support the mission readiness and safety of Air Force personnel through appropriate parking arrangements.
    The document pertains to the solicitation FA460025Q0041, indicating a newly issued contract request due to the cancellation of a previous solicitation. This new inquiry seeks quotes for services related to this requirement. The previous contract was held by The Car Park under the number FA460024P0023, highlighting that there was an incumbent vendor before the cancellation. The need for a new solicitation arose from necessary administrative adjustments and the incorporation of additional criteria. The key focus is to clarify the status of the current contract while confirming that this is not a reissuance of an older contract but rather a new solicitation process meant to expand upon prior requirements. This document underscores the procedural transparency in government contract solicitations, allowing potential bidders to engage with updated criteria and opportunities.
    The document details an RFP for Women-Owned Small Business (WOSB) solicitation, specifically for commercial products and services related to parking passes for the 14 Weather Squadron at Offutt Air Force Base. It outlines the acquisition process, including requisition numbers, contract details, and award dates. The primary requirement is for 64 parking spaces for a 12-month period, with a total award amount of $47 million. Offerors must provide a price quotation, demonstrate technical capability, and complete relevant clauses. Key submission deadlines include questions about the proposal due by April 16, 2025, and quotes due by April 23, 2025. The evaluation criteria prioritize price and technical capability, with a focus on ensuring the contractor's compliance with regulations regarding small businesses. This solicitation reflects the federal commitment to supporting WOSB and emphasizes clear guidelines for proposals, ensuring fair competition among qualified businesses. Furthermore, the document includes clauses related to payment procedures and contractor responsibilities, highlighting a framework for transparency and compliance in government contracting.
    The document outlines an amendment to a solicitation, which alters specific terms and conditions related to contract proposals. It states that offers must acknowledge receipt of the amendment as specified, and details the methods through which this acknowledgment can be provided, such as completing specified items on the amendment or through electronic communication. A warning is included that failure to acknowledge receipt before the specified deadline may lead to proposal rejection. Additionally, the document includes information regarding potential modifications to contracts/orders, allowing for administrative changes as necessary. It mentions that all previously established terms remain unchanged unless noted otherwise. The amendment signifies the addition of new attachments, specifically a question and answer (Q&A) document. The primary focus of the amendment is to ensure clarity in the solicitation process and maintain compliance with federal rules during procurement activities, emphasizing timely communication and acknowledgment from contractors. This document is part of the federal government's efforts to manage and streamline contracting and procurement processes effectively.
    The document appears to be an excerpt or corrupted version of a government file related to federal requests for proposals (RFPs) and grants, possibly focusing on contract offerings for projects. It includes fragmented data which suggests the context may involve procedural guidelines, eligibility criteria, or specifics associated with funding opportunities aimed at various levels of government entities. Key points are obscured due to the corrupted state of the document, however, it indicates efforts to foster collaboration between federal, state, and local agencies through outlined RFP procedures. This document likely serves a crucial role in informing potential applicants about available resources and expectations tied to government-funded initiatives. The necessity of precise communication in such documents is underlined, as they outline the parameters through which projects are funded, leading to effective execution and compliance with governmental standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    VAMC NE Parking Structure
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a special notice regarding the construction of the St. Louis VA Northeast Parking Garage. This opportunity invites industry feedback on the draft Request for Proposal (RFP) for the project, which falls under the NAICS code 236220, focusing on commercial and institutional building construction. The construction of parking facilities is crucial for enhancing accessibility and operational efficiency at the facility. Interested parties can direct their comments and inquiries to Michael France at michael.g.france@usace.army.mil or by phone at 816-389-3320, or to David Walsh at david.j.walsh@usace.army.mil.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.