Newark Parking
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is soliciting quotes for 6 reserved parking spaces for its Newark Field Office in Newark, NJ. This requirement is a 100% Women-Owned Small Business (WOSB) Set-Aside. The contract will be a Firm Fixed-Price award for a base year and four option years. Quotes are due by March 27, 2026, at 3:00 PM EDT.
Scope of Work
The ATF requires six standard-sized reserved parking spaces (L18' x W10'6") within a two-block radius of its Newark Field Office (50 Walnut St., #4015, Newark, NJ 07102). The facility must provide 24/7 access with controlled entry via keypad or key-card, be illuminated to a minimum of 10 foot-candle level, and include 24/7 video surveillance.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: Base period from time of award to March 31, 2027, followed by four 12-month option periods extending through March 31, 2031.
- Estimated Total Value: $47,000,000
- Set-Aside: 100% Women-Owned Small Business (WOSB)
- NAICS Code: 812930 (Size Standard: $47,000,000)
- Product Service Code (PSC): X1LZ (Lease/Rental Of Parking Facilities)
- Questions Due: March 25, 2026, at 3:00 PM EDT
- Quotes Due: March 27, 2026, at 3:00 PM EDT
- Published Date: March 23, 2026
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must submit a complete response in two volumes: Volume 1 (Non-Price Factors - Technical Acceptability) and Volume 2 (Price Factor). Technical acceptability will be evaluated against RFQ and SOW requirements. Submissions should not exceed five pages for the offer volume (excluding solicitation and pricing documents) and must include company mailing/remittance addresses and Unique Entity Identifier (UEI). All responses and questions must be emailed to the Contracting Officer, Brandon Hodnett, at Brandon.Hodnett@atf.gov.