Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
DOCUMENT

X -- Parking Space - Attachment

Notice Date
8/15/2011
 
Notice Type
Attachment
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Cntr. for Acquisition Innovation (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RQ0113
 
Response Due
8/24/2011
 
Archive Date
9/23/2011
 
Point of Contact
Raelynn White
 
E-Mail Address
6-1312<br
 
Small Business Set-Aside
N/A
 
Description
1. Type of Document: Combined Synopsis/Solicitation 2. Provide a NAICS Code: 812930 3. Title: VACO Employee Subsidized Parking Program / VA Official Vehicles Parking 4. Response Date: August 24, 2011 5. Point(s) of Contact: Ms. Raelynn White, Contract Specialist, phone: 202-756-1312, E-mail: Raelynn.white@va.gov 6. Solicitation or Reference Number: VA-101-11-RQ-0113 7. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This requirement is not set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 812930 with a small business size standard of $35.50M. Base Period: Line item 0001 Parking Spaces to service 1666 K Street, NW, 71 unreserved spaces for the period of 10/1/11 - 9/30/12, Line item 0002 Parking Spaces to service 1666 K Street, NW, 15 reserved spaces for the period of 10/1/11 - 9/30/12, Line item 0003 Parking Spaces to service 1800 G Street, NW, 23 unreserved spaces for the period of 10/1/11 - 9/30/12, Line item 0004 Parking Spaces to service 425 I Street, NW, 19 unreserved spaces for the period of 10/1/11 - 9/30/12, Line item 0005 Parking Spaces to service 801 I Street, NW, 2 unreserved spaces for the period of 10/1/11 - 9/30/12, Line item 0006 Parking Spaces to service 801 I Street, NW, 1 reserved spaces for the period of 10/1/11 - 9/30/12, Line item 0007 Parking Spaces to service 1717 H Street, NW, 1 unreserved spaces for the period of 10/1/11 - 9/30/12; Option Year 1: Line item 1001 Parking Spaces to service 1666 K Street, NW, 71 unreserved spaces for the period of 10/1/12 - 9/30/13, Line item 1002 Parking Spaces to service 1666 K Street, NW, 15 reserved spaces for the period of 10/1/12 - 9/30/13, Line item 1003 Parking Spaces to service 1800 G Street, NW, 23 unreserved spaces for the period of 10/1/12 - 9/30/13, Line item 1004 Parking Spaces to service 425 I Street, NW, 19 unreserved spaces for the period of 10/1/12 - 9/30/13, Line item 1005 Parking Spaces to service 801 I Street, NW, 2 unreserved spaces for the period of 10/1/12 - 9/30/13, Line item 1006 Parking Spaces to service 801 I Street, NW, 1 reserved spaces for the period of 10/1/12 - 9/30/13, Line item 1007 Parking Spaces to service 1717 H Street, NW, 1 unreserved spaces for the period of 10/1/12 - 9/30/13; Option Year 2: Line item 2001 Parking Spaces to service 1666 K Street, NW, 71 unreserved spaces for the period of 10/1/13 - 9/30/14, Line item 2002 Parking Spaces to service 1666 K Street, NW, 15 reserved spaces for the period of 10/1/13 - 9/30/14, Line item 2003 Parking Spaces to service 1800 G Street, NW, 23 unreserved spaces for the period of 10/1/13 - 9/30/14, Line item 2004 Parking Spaces to service 425 I Street, NW, 19 unreserved spaces for the period of 10/1/13 - 9/30/14, Line item 2005 Parking Spaces to service 801 I Street, NW, 2 unreserved spaces for the period of 10/1/13 - 9/30/14, Line item 2006 Parking Spaces to service 801 I Street, NW, 1 reserved spaces for the period of 10/1/13 - 9/30/14, Line item 2007 Parking Spaces to service 1717 H Street, NW, 1 unreserved spaces for the period of 10/1/13 - 9/30/14; Option Year 3: Line item 3001 Parking Spaces to service 1666 K Street, NW, 71 unreserved spaces for the period of 10/1/14 - 9/30/15, Line item 3002 Parking Spaces to service 1666 K Street, NW, 15 reserved spaces for the period of 10/1/14 - 9/30/15, Line item 3003 Parking Spaces to service 1800 G Street, NW, 23 unreserved spaces for the period of 10/1/14 - 9/30/15, Line item 3004 Parking Spaces to service 425 I Street, NW, 19 unreserved spaces for the period of 10/1/14 - 9/30/15, Line item 3005 Parking Spaces to service 801 I Street, NW, 2 unreserved spaces for the period of 10/1/14 - 9/30/15, Line item 3006 Parking Spaces to service 801 I Street, NW, 1 reserved spaces for the period of 10/1/14 - 9/30/15, Line item 3007 Parking Spaces to service 1717 H Street, NW, 1 unreserved spaces for the period of 10/1/14 - 9/30/15; Option Year 4: Line item 4001 Parking Spaces to service 1666 K Street, NW, 71 unreserved spaces for the period of 10/1/15 - 9/30/16, Line item 4002 Parking Spaces to service 1666 K Street, NW, 15 reserved spaces for the period of 10/1/15 - 9/30/16, Line item 4003 Parking Spaces to service 1800 G Street, NW, 23 unreserved spaces for the period of 10/1/15 - 9/30/16, Line item 4004 Parking Spaces to service 425 I Street, NW, 19 unreserved spaces for the period of 10/1/15 - 9/30/16, Line item 4005 Parking Spaces to service 801 I Street, NW, 2 unreserved spaces for the period of 10/1/15 - 9/30/16, Line item 4006 Parking Spaces to service 801 I Street, NW, 1 reserved spaces for the period of 10/1/15 - 9/30/16, Line item 4007 Parking Spaces to service 1717 H Street, NW, 1 unreserved spaces for the period of 10/1/15 - 9/30/16. The contractor shall provide for a total 166 unreserved parking spaces as delineated for each government facility in a covered structure that is well lit, clean, safe and accessible to personnel 24 hours a day/ seven (7) days a week, 365 days per year. The parking facility shall be located within a 0.25-mile radius (or 2-blocks, whichever is less) of the Government facilities described in the lines. Contractor shall provide access permits (either by PIN or card) and parking permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). The facility shall be secured during normal business hours as well as after operational hours. All interior stairwells and exit doors will be secured to prevent unwelcome intruders. When possible, security camera will be installed to improve the security of the facility. The contractor shall provide the necessary labor, materials, supplies and equipment to provide garage maintenance such as trash removal, sweep and wash, snow removal and facility maintenance such as lighting, clear marking, and required proper directional signs and signage to comply with local, state, and federal parking guidelines, rules and regulations, including the requirements set forth by the DC Parking Garage Code and the Americans with Disabilities Act (ADA) as necessary to accommodate personnel, if required. The Government reserves the right to increase or decrease the number of parking spaces required without penalty, provided notice and contract modification is given to the contractor 30 days in advance. Inspection and acceptance of the services requested in this solicitation will be performed by the Contracting Officer, the Contracting Officer's Technical Representative or a Designated Representative. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Contractors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. The following additional clauses are cited: the provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2009), applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.216-18 Ordering ; 52.216-19 Ordering Limitations; When the Government requires supplies or services covered by this contract in an amount of less than 1 parking space, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. The Contractor is not obligated to honor $2,000,000.00 (1) Any order for a single item in excess of $2,000,000.00; (2) Any order for a combination of items in excess of $2,000,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for a quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section ;, 52.216-22 Indefinite Quantity; 52.216-27 Single or Multiple Awards; 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (SEPT 2006), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (APR 2010); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-22 -- Previous Contracts and Compliance Reports (FEB 1999), 52.222-25 -- Affirmative Action Compliance (APR 1984), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2010), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. The Contract Line Item information Numbers (CLINs), Items, Quantities, and Units of Measure shown in Attachment 1 Pricing schedule (Schedule of CLINS) will be requested from the successful bidder. Successful Contractor shall submit Pricing as a separate document, using the Attachment 1 or other attachment which includes the format of Attachment 1. Fixed monthly rates shall include all costs and fees, and shall not include the local Washington DC tax (currently 12%) as the procuring and paying entity is a Federal Government office. Questions in response to this solicitation shall be submitted NLT 4:00 PM EST Thursday, August 11, 2011. All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. Contact person: Ms. Raelynn White at 202-756-1312; email: Raelynn.white@va.gov. Please cite reference number VA-101-11- RQ-0113 in the quotation. Quotes must be received by NLT 4:00 PM EST Wednesday, August 24, 2011. Quotes shall be submitted electronically to Ms. Raelynn White at Raelynn.white@va.gov. Length of contract: one (1) base year from the date of award with four (4) one (1) year option periods. 8. Place of Performance: The primary place of performance will be at the Contractor's facilities in the immediate Washington, DC metropolitan area within a two block radius of the employee's assigned building. Statement of Work VACO Employee Subsidized Parking Program / VA Official Vehicles Parking A.General information 1.Title of Project: VACO Employee Subsidized Parking Program / VA Official Vehicles Parking 2.Scope of Work: To provide contract parking spaces for VA employees currently enrolled in the subsidized VACO Parking Program and for VA official vehicles. 3.Background: The VACO Parking Program is currently located in five locations throughout the Washington DC metropolitan area. Parking is provided to VA employees at the following locations: 1666 K Street NW, 1800 G Street NW, 425 I Street NW, 801 I Street NW, and 1717 H Street NW. There are 166 assigned parking spaces in the program. 4.Performance Period: The period of performance for this contract is one (1) base year from October 1, 2011 through September 30, 2012 with four (4) option years. 5.Type of Contract: This will be a fixed price contract based on the monthly cost of each contracted reserved and unreserved parking space. 6.Place of Performance: Parking spaces will be contracted for in the immediate Washington DC metropolitan area within a two block area of the employee's assigned building. B. Contract Award Meeting There is no requirement for a kick off meeting with the contractor. C.General Requirements VACO Subsidized Parking Program / VA Official Vehicles The parking spaces for this program must be in an indoor parking facility. The facility will be well lit at all times and have a clean environment throughout the facility. A call button will be on all levels of the facility in case assistance is required by the parking attendance office. Employees that participate in the VACO Parking Program are located in the following VA buildings: 810 Vermont Avenue, 1575 I Street NW, 1717 H Street NW, 1800 G Street NW, 425 I Street NW, 1722 I Street NW, and 801 I Street NW. The facility location must be within a two block area of the employee's assigned building. Currently parking spaces are assigned to the following parking facilities, 1666 K Street NW - 71 unreserved spaces and 15 reserved spaces (official vehicles), 1800 G Street - 23 unreserved spaces, 1717 H Street NW - 1 unreserved space, 801 I Street NW - 2 unreserved spaces and 1 reserved space (official vehicle), and 425 I Street NW - 19 unreserved spaces. Access to the facility will be 24 hours a day, 7 days a week, including all federal government holidays. The facility will be secured during normal business hours as well as after operational hours. All interior stairwells and exit doors will be secured to prevent unwelcome intruders. When possible, security cameras will be installed to improve the security of the facility. Handicap parking spaces will be assigned to physically challenged employees. These parking spaces will be designated by handicap parking signage and floor markings. Handicap parking spaces will be located near elevators or handicap ramps to provide the employee easily access to and from the facility. VA official vehicles will be assigned reserved parking spaces. These parking spaces will be designated by signage in the facility, "Reserved Parking Department of Veterans Affairs." The contractor is responsible for ensuring that reserved parking spaces are available to the VA at all times. The contractor will be responsible for towing any unauthorized parkers in the reserved parking spaces. The contractor's monthly billing invoices and parking passes will be forwarded to the VA's Contracting Officer Technical Representative (COTR), VACO Parking Program, for processing and final payment. Invoices and passes should be received by the COTR by the 15th of each month. D. Specific Mandatory Tasks and Associated Deliverables The contractor is responsible for providing a safe and clean facility that meets the requirements in Section C. General Requirements, of this Statement of Work. E.Evaluated Optional Tasks and Associate Deliverables - Not Applicable F.Schedule For Deliverables The contractor will be required to provide VA parking spaces under a Indefinite Delivery Indefinite Quantity (IDIQ) Contract with the base year of the IDIQ starting on October 1, 2011 through September 30, 2012.. G.Changes to the Statement of Work Any changes to this Statement of Work shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. H.Reporting Requirements The contractor's monthly billing invoices will be received by VA's COTR by the 15th of each month. I. Travel - Not Applicable J. Government Responsibilities VA's COTR will ensure the contractor's monthly invoices are processed in a timely manner so there are no late payment penalties. K.Contractor Experience Requirements - Key personnel The contractor will provide a well trained individual that has an overall knowledge of the parking contract with VA. This individual will be available to answer and assist with operational questions from VA's COTR. L. Capability Maturity Model For Software Integration - Not Applicable M.Security The contractor is responsible for providing a well secured facility to ensure the safety of VA employees. The contractor is responsible for ensuring a safe environment 24 hours a day, 7 days a week, including all federal holidays. Contractor Personnel Security The contractor should have an individual on staff that has an extensive background in security. This individual should be responsible for ensuring that the facility meets all security requirements. If additional security requirements are requested by the VA this individual will work with the VA representative to ensure all additional security requirements are completed in a timely manner to provide a safe environment for VA employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10111RQ0113/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RQ-0113 VA-101-11-RQ-0113.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233621&FileName=VA-101-11-RQ-0113-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233621&FileName=VA-101-11-RQ-0113-000.docx

 
File Name: VA-101-11-RQ-0113 ATTACHMENT 1.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233622&FileName=VA-101-11-RQ-0113-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233622&FileName=VA-101-11-RQ-0113-001.DOCX

 
File Name: VA-101-11-RQ-0113 ATTACHMENT 2.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233623&FileName=VA-101-11-RQ-0113-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233623&FileName=VA-101-11-RQ-0113-002.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02534097-W 20110817/110815234752-e6d19777b79d979f571eaf829c7e6a84 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.