Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 3 of 20
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice
Page 1 of 20
DESCRIPTION
Page 20 of 20
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
(ii) This solicitation is issued as a request for quotations (RFQ) # 36C24926Q0173.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through RFO FAR COMMERCIAL CHECKLIST, FAC 2026-01 (eff. 03/13/2026) FAR Deviation NOV 2025 (eff. 11/19/2025), VAAR DEVIATION MAR 2026 (eff. 03/17/2026) VAAM Alert 26-01 (eff. 10/01/2025), Acquisition Policy Flash 26-25 eff. 02/27/2026).
(iv) This procurement is a 100% Service Disabled Veteran Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 238990 for All Other Specialty Trade Contractors, ($19 Million SBA Size Standard). Business size status shall be listed and verified with the US Small Business Administration's "Veteran Small Business Certification (VETCert)" at https://veterans.certify.sba.gov , at the time of quote submission and award.
(v) This is a service contract to provide Parking Garage Maintenance and Repairs. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination.
(vi) The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached)
2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures
3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items
(www.sam.gov registration is required to be complete at time of submission of response)
(vii) The following clauses are applicable to this acquisition:
1. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and any addenda to the clause.
(viii) Quotes are due April 30, 2026 at 11:00 AM (CT). Quotes shall be submitted via email to: diane.ziegler@va.gov . Quotes received after this date and time will be considered late in accordance with FAR Provision 52.212-1 and will not be evaluated unless the Contracting Officer determines the late quote will be accepted IAW FAR 52.212-1(f)(2)(i)(A-C). Instructions are listed on pages 8-11.
Quoters shall review the below Statement of Work (SOW) and attachments and provide pricing using the following Price/Cost Schedule.
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
12.00
MO
$
$
Parking Garage Maintenance and Repairs
Contract Period: Base
POP Begin: 06-01-2026
POP End: 05-31-2027
PRINCIPAL NAICS CODE: 238990 - All Other Specialty Trade Contractors
PRODUCT/SERVICE CODE: Z1LZ - Maintenance of Parking Facilities
1001
12.00
MO
$
$
Parking Garage Maintenance and Repairs
Contract Period: Option 1
POP Begin: 06-01-2027
POP End: 05-31-2028
PRINCIPAL NAICS CODE: 238990 - All Other Specialty Trade Contractors
PRODUCT/SERVICE CODE: Z1LZ - Maintenance of Parking Facilities
2001
12.00
MO
$
$
Parking Garage Maintenance and Repairs
Contract Period: Option 2
POP Begin: 06-01-2028
POP End: 05-31-2029
PRINCIPAL NAICS CODE: 238990 - All Other Specialty Trade Contractors
PRODUCT/SERVICE CODE: Z1LZ - Maintenance of Parking Facilities
3001
12.00
MO
$
$
Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year)
Contract Period: Option 3
POP Begin: 06-01-2029
POP End: 05-31-2030
PRINCIPAL NAICS CODE: 238990 - All Other Specialty Trade Contractors
PRODUCT/SERVICE CODE: Z1LZ - Maintenance of Parking Facilities
4001
12.00
MO
$
$
Lodging - fully furnished hotel rooms. Sunday through Thursday 4 (four) rooms per night and Friday 1 (one) room. Estimated 21 rooms per week (1092 rooms per year)
Contract Period: Option 4
POP Begin: 06-01-2030
POP End: 05-31-2031
PRINCIPAL NAICS CODE: 238990 - All Other Specialty Trade Contractors
PRODUCT/SERVICE CODE: Z1LZ - Maintenance of Parking Facilities
GRAND TOTAL
STATEMENT OF WORK
)
Parking Garage (Building 213) Maintenance Service
for the
James H. Quillen Veteran Affairs Medical Center (JHQVAMC)
Mountain Home, Tennessee
Objective
This Statement of Work (SOW) outlines the tasks, materials, and responsibilities for Parking Garage Maintenance Service and weld repairs located at the JHQVAMC. The objective is to Pre-Cleaning Preparation, Conduct a site inspection to assess the condition of the parking garage, identify high-traffic areas, and note any specific stains or problem spots (e.g., oil, grease, gum). Coordinate with the Contracting Officer Representative (COR) to establish a work schedule that minimizes disruption to parking garage users. Install appropriate signage, barriers, or cones to secure work zones and ensure safety for pedestrians and vehicles. Protect any sensitive areas (e.g., electrical boxes, landscaping, or drainage systems) from water or cleaning agents. Use air blowers to divert dirt, trash, and debris away from drains. Trash and debris shall be bagged and removed from site. Power Washing Execution; Utilize professional-grade power washing equipment with adjustable pressure settings (e.g., 3,000 4,000 PSI) suitable for concrete surfaces. Apply hot water and eco-friendly, biodegradable degreasers or detergents as needed to remove oil stains, grease, and embedded dirt. Clean all designated surfaces, including Flooring (206,060 of concrete decking), Curbs and wheel stops; Walls (inside of exterior walls up to 4 ); Exterior walls of parking structure; Ramps and entry/exit points; Ensure even cleaning to avoid streaking or uneven appearance. Post-Cleaning; Perform a final walkthrough with COR to ensure satisfaction with the cleaning results. Remove all equipment, signage, and barriers from the site.
Provide a brief report summarizing the work completed, including any areas requiring special
attention or follow-up maintenance (e.g., stubborn stains or structural damage observed). The requirement includes re-stripping parking spaces, directional arrows, crosswalks, handicap spaces, and other necessary markings across all parking areas.
Scope of Work
Scope of Services
Site Assessment and Preparation
Conduct quarterly visual inspections with COR of the parking garage to assess the current condition of existing stripes, markings, and pavement.
Identify areas requiring repairs (e.g., faded lines, damaged pavement) and note any special requirements, report to be given to COR.
Clean all surfaces to be re-striped by sweeping, power washing, or other methods to remove dirt, debris, oil stains, and loose paint, ensuring proper adhesion of new markings.
Coordinate traffic shutdowns with COR.
Materials and Specifications
Use high-quality, durable traffic paint suitable for concrete surfaces and compliant with local regulations.
Colors: White for standard parking lines, yellow for directional arrows and no-parking zones, blue for handicap spaces, and red for fire lanes (or as specified by client/local codes).
Ensure all markings meet American Disabilities Act (ADA) standards for handicap spaces, including size, spacing, and signage.
Provide stencils for arrows, numbers, letters, and symbols as needed.
Re-Striping Execution
Parking Spaces: Re-stripe all parking lines on each of the 4 floors, maintaining consistent dimensions (e.g., 9 ft wide x 18 ft long for standard spaces, or as per existing layout).
Directional Markings: Refresh arrows, lane dividers, and stop bars to guide traffic flow.
Pedestrian Areas: Re-stripe crosswalks, walkways, and loading zones with appropriate hatching or solid fill.
Specialty Markings: Update handicap spaces, fire lanes, no-parking zones, and reserved parking areas with clear, legible markings.
Apply reflective beads or additives to paint (if specified) to enhance visibility in low-light conditions.
Quality Control
Ensure straight, clean lines with no overspray or smudging.
Verify compliance with the original layout or approved updated design plan.
Conduct a final walkthrough with the property manager or designated representative to confirm satisfaction with the work.
Safety and Traffic Management
Install temporary signage, cones, and barriers to cordon off work areas and ensure the safety of workers, vehicles, and pedestrians.
Work in sections to be done after hours and on weekends.
Adhere to Occupational Safety and Health Administration (OSHA) safety standards and local traffic control requirements.
Cleanup and Completion
Remove all equipment, debris, and temporary signage upon completion of each floor.
Dispose of any waste materials (e.g., paint cans, cleaning supplies) in accordance with environmental regulations.
Provide a final report or documentation of completed work, if requested.
Pre-Cleaning Preparation
Conduct a site inspection to assess the condition of the parking garage, identify high-traffic areas, and note any specific stains or problem spots (e.g., oil, grease, gum).
Coordinate with the COR to establish a work schedule that minimizes disruption to parking garage users.
Install appropriate signage, barriers, or cones to secure work zones and ensure safety for pedestrians and vehicles.
Protect any sensitive areas (e.g., electrical boxes, landscaping, or drainage systems) from water or cleaning agents.
Use air blowers to divert dirt, trash, and debris away from drains. Bag and remove from site.
Power Washing Execution
Utilize professional-grade power washing equipment with adjustable pressure settings (e.g., 3,000 4,000 PSI) suitable for concrete surfaces.
Apply hot water and eco-friendly, biodegradable degreasers or detergents as needed to remove oil stains, grease, and embedded dirt.
Clean all designated surfaces, including:
Flooring (206,060 of concrete decking)
Curbs and wheel stops
Walls (inside of exterior walls up to 4 )
Exterior walls of parking structure
Ramps and entry/exit points
Ensure even cleaning to avoid streaking or uneven appearance.
Weld Repairs (each)
Site Assessment and Planning
Review areas identified to have failing welds with COR.
Document specific locations and types of damage.
Develop a repair plan, including prioritization of critical areas, and submit it for client approval prior to commencing work.
Materials and Equipment
Use appropriate welding materials, such as compatible filler metals, electrodes, or wire, based on the steel type (e.g., carbon steel, stainless steel) and repair requirements.
Provide all necessary welding equipment (e.g., MIG, TIG, or stick welders), grinding tools, protective gear, and scaffolding or lifts for access to elevated areas.
Supply primers, paints, or anti-corrosion coatings to protect repaired areas, as specified by the client or local standards.
Welding Repairs
Preparation: Clean and prepare damaged areas by removing rust, paint, or debris via grinding, sandblasting, or wire brushing to ensure proper weld adhesion.
Structural Repairs: Perform welding on critical steel stiffener plates to replace failed welds in accordance with engineering recommendations.
Ensure all welds meet American Welding Society (AWS) standards or equivalent local guidelines for strength and quality.
Finishing and Protection
Grind and smooth welds as needed for a clean finish or to prepare surfaces for coating.
Apply protective coatings (e.g., zinc-rich primer, epoxy paint) to welded areas to prevent future corrosion, matching existing finishes where applicable.
Remove all welding slag, spatter, and debris from repaired areas.
Quality Assurance
Inspect all completed welds for integrity, penetration, and compliance with specifications, using visual checks or non-destructive testing (e.g., dye penetrant, ultrasonic) if required by the client or engineer.
Coordinate with a structural engineer for final approval of repairs to load-bearing components, if applicable.
Conduct a walkthrough with the COR to confirm satisfaction with the work.
Safety and Site Management
Adhere to OSHA regulations and industry best practices for welding safety, including fire prevention (e.g., fire watch, extinguishers on-site) and proper ventilation.
Install barriers, cones, or signage to secure work zones and protect vehicles, pedestrians, and garage users from hazards.
Work to be completed in a way as to minimize disruption of patient parking.
Cleanup and Completion
Remove all equipment, materials, and debris from the site upon completion of repairs on each floor.
Dispose of waste (e.g., spent welding rods, grinding dust) in accordance with environmental regulations.
Provide documentation of repairs, including photos, weld logs, or certifications, if requested.
Assumptions and Exclusions
Structural fails other than stiffener plates will be reported to COR.
Major structural redesigns or replacement of large steel sections are not included in this scope and will require a separate agreement if needed.
Responsibilities
Contractor: Supply all labor, materials, equipment, and expertise to complete the welding repairs as outlined.
The parking garage is accessible and free of major obstructions during scheduled cleaning times.
Water and power sources are available on-site or will be provided by the client.
Work to be performed outside of winter temperatures.
(End Statement of Work)
56-9840 / latroy.king@va.gov.
(Space Intentionally Left Blank)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far
INSTRUCTIONS TO QUOTERS
Submitting your quote: Submit your company s quote by email the address specified on page 1 of this Request for Quotes (RFQ) utilizing either PDF or Microsoft Word file formats comprised of not more than 5 documents total (8 Megabyte File Size Limitation). Reply by email with Subject RFQ 36C24926Q0173 response . Vendors shall submit only one quote. If a concern submits more than one quote all quotes may be rejected from that concern. Quotes received that do not contain all of the following information being requested may be considered unacceptable.
Submission deadline: Your quote must be received at the email address specified by the deadline specified on page 1. We will not consider any quote that we receive after the deadline unless we receive it before we issue an award and considering it will not delay the award. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day. All interested Parties are hereby advised that the Government shall not be responsible for late submissions, wi-fi/server interruptions related to the submission of a quote. It shall be the responsibility of each quoter to confirm receipt of quote with the Contracting Officer at the time of submission or prior to the close of the solicitation.
Terms and content of your quote: Quote must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below.
Information to be submitted:
The following information is required on your quote:
1. RFQ Number: 36C24926Q0173
2. CONTRACTOR _____________________________________ (Contractor s Name)
3. ADDRESS ________________________________________(Street-City-State-Zip)
4. POINT OF CONTACT _____________________________(Name/Title/Phone/Email)
5. SAM UEI NUMBER ________________________________________
6. All quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
7. Provide a statement that your company s Offeror Representations and Certifications are complete in SAM.gov.
8. ACKNOWLEDGMENT OF AMENDMENTS: The quoter acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows:
AMENDMENT NO
DATE
Add rows as needed.
The above amendment section shall be filled-out in the event that an Amendment(s) is sent to the quoter or posted to www.sam.gov and shall be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote.
Award will be made to the quote determined to be lowest price, technically acceptable; all eligible quoters may submit quotes. All quoters must be registered in System for Award Management (SAM) at https://www.sam.gov at time quotes are due to be considered for an award of a federal contract. Registration must be complete and not missing any elements such as representations and certifications. To be eligible for this SDVOSB total set-aside your company s registrations shall include the appropriate NAICS code.
The Network Contracting Office 9 intends to award a Firm Fixed Price contract for Parking Garage Maintenance and Repairs for the James H. Quillen Veteran Affairs Medical Center (JHQVAMC)Mountain Home, Tennessee. The anticipated award dates of Base Period of Performance (POP) is 06/01/2026 through 05/31/2027, with 4 (FOUR) - 1 (ONE) year options.
All questions regarding this RFQ must be in writing and shall be sent by e mail to diane.ziegler@va.gov .
VENDOR QUESTIONS: Questions must be received no later than 04/23/2026 at 11:00 AM CT. No further questions will be accepted after that date and time.
ANSWERS TO VENDOR QUESTIONS: Answers to vendor questions will be addressed in an amendment to Contracting Opportunities no later than 04/27/2026 at 5:00 PM CT.
You are reminded that representatives from your company SHALL NOT contact any VA Medical Center personnel to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer by email.
To be considered for this award the Contractor must provide the following:
PRICE
Offerors are requested to complete and return Price/Cost Schedule located on pages 3 (THREE) of this RFQ.
TECHNICAL
Contractor to provide a detailed quote to achieve the Government s objectives identified within the Statement of Work. The government requirements for technical evaluations are as follows:
Subfactor 1- Ability to comply to the power washing requirements detailed in the Statement of Work (SOW).
Subfactor 2- Ability to comply to the Welding repair requirement detailed in the SOW.
Subfactor 3- Ability to comply with the striping requirement as detailed in the SOW.
Subfactor 4- Contractor ability to conform to Occupational Safety and Health Administration (OSHA) safety standards and local traffic control requirements.
Subfactor 5- Quality Assurance and Management Plan details.
PAST PERFORMANCE
Vendors submitting a quote shall be regularly established in the business of providing the services identified in the Statement of Work and who have experience with commercial contracts of similar demand or greater, with conditions and scope as required for this contract.
Vendors submitting a quote shall provide 3 (THREE) identified references when submitting their quote. Emphasis will be on recent and relevant past performance. Recent is defined as work performed within the last 3 (THREE) years. Relevant is defines as work similar in scope of the work described in the Statement of Work.
Contract:
Start Date of Contract:
End Date of Contract:
Reference s Name and Phone Number:
Type of work performed & product used:
EVALUATION
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation in the lowest price, technically acceptable. reference FAR 13.106-2(b)(3). The following factors shall be used to evaluate quotes:
Price
Technical
Past performance
Before making award, the Contracting Officer will determine whether the proposed price is fair and reasonable in accordance with FAR 13.106-3.
Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quote within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Point of Contact:
Diane Ziegler
diane.ziegler@va.gov