DOCUMENT
X -- Parking lot and shuttle service - Attachment
- Notice Date
- 4/6/2012
- Notice Type
- Attachment
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26212R0639
- Response Due
- 4/10/2012
- Archive Date
- 5/10/2012
- Point of Contact
- Monica Griffin
- E-Mail Address
-
6-2232<br
- Small Business Set-Aside
- N/A
- Description
- 1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is VA262-12-R-0639 and is issued as a Request for Proposal (RFP). 3. This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-56. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). 4. This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 812930, and the size standard is $35.5 million dollars. 5. This requirement consists of one (1) line item: a. The parking lot which can accommodate 500 vehicles at a single site. 6. The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: a)PURPOSE. The Department of Veterans Affairs (VA) is starting several construction projects at the VA San Diego Medical Center that will eliminate up to several hundred parking spaces. The construction projects are expected to take up to three years to complete and may be longer depending on a number of unidentified factors. As such, VA seeks to implement temporary parking accommodation through this requirement. b)OBJECTIVE. Contractor shall provide all labor, equipment, supplies, services, and security, necessary to provide 500 parking spaces to be used by VA personnel, patients, contractors, and visitors for a period of 6 months with the start date of on or about May 1, 2012 with the option to extend up to six additional months. Proposal should also include the option to increase and decrease parking spaces based on demand. c)PARKING REQUIREMENTS: 1.At a minimum, the contractor shall initially provide a single parking lot with 500 parking spaces for VA use on May 1, 2012. 2.Parking lot offered shall be in a drivable condition with clearly marked driving lanes and spaces, and no loose gravel or potholes. The Lessor shall provide a valid permit for the intended use of the VA and shall operate the parking lot in conformance with current federal, state, and local codes and ordinances, including, but not limited to fire and life safety, accessibility, and seismic protection as applicable. 3.Contractor shall provide for parking within a five-mile radius from the VA San Diego Medical Center at a single location. Access to the parking space shall be granted to VA employees patients, visitors, and onsite contracted staff based on VA parking decals, patient IDs, appointment cards, or other VA issued parking passes. The proposed location shall include a designated area on site which provides protection from sun, wind and rain for at least 10 people. 4.VA must be able to use and have access to parking areas twenty four (24) hours a day seven (7) days a week, three hundred sixty five (365) days a year. 5.The Contractor shall provide a level of security that deters unauthorized entry of the parking area throughout the term of the contract. Overall security shall also include deterring loitering or disruptive acts in and around the parking area. Parking lot shall be well lit and be adequately monitored to prevent unauthorized access. Contractor shall be responsible to maintain the area and protect the vehicles parked in the parking lot; this includes protection from theft. 6.The contractor is responsible for providing a method for verifying the space being used by the VA. The contractor must keep a daily log of spaces used. The log must be readily available for the VA to review for planning purposes. 7.The VA shall have the option to request an increase, reduction or allocation in the number of spaces obligated by written notice. The VA may exercise this option at their convenience, with a 30 day notification to the contractor. d)INSURANCE REQUIREMENTS: 1.Contractor shall be insured as outlined in the following Schedule of Insurance Coverage: a.INSURANCE COVERAGE: 1. Workers' Compensation and Employers' Liability Insurance. Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statues. Employers' liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. 2. General Liability. Contractor shall maintain bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. 3. Automobile Liability: Per vehicle used, not less then $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. b.EVIDENCE OF COVERAGE: Award of a contract cannot be made until the Contractor furnishes to the Contracting Officer, a certificate from his/her insurance company indicating that coverage outlined in the above schedule, has been obtained and that it may not be changed or canceled without written notice to the Contracting Officer. The furnishing of such evidence of insurance coverage may not be waived. See Clause 852.228-71 INDEMNIFICATION AND INSURANCE (JAN 2008). Offerors are encouraged to ensure they have the applicable insurance coverage and that it is current and up-to-date prior to submitting their offer.Before commencing work under this contract, the Contractor shall e)CONTRACTOR PERSONNEL: Contractor personnel shall be required to wear a company uniform and picture ID Badge which clearly displays the name of the company and the individual, and shall be of a neat, clean appearance. f)PERIOD OF PERFORMANCE: The period of performance shall be May 1, 2012 through October 31, 2012 with the government's option to extend up to six months. g)PLACE OF PERFORMANCE: The Contractor's work will be performed at the established designated parking lot. h)TYPE OF CONTRACT: A Firm- Fixed Price Contract will be issued. i)PRICING: Contractor shall submit pricing to reflect the number of spaces offered at the parking lot. j)DELIVERY: Delivery FOB Destination to VA San Diego Medical Center, 3350 La Jolla Village Dr., San Diego CA 92161 n) INSTRUCTIONS TO OFFERORS: 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. o) PROVISIONS/CLAUSES: 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The VA will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the VA: I.Technical Factors: (a)Describe the ease of access for patrons and shuttle buses. (b)Describe how your company will provide security at the proposed location. (c)Describe the type of facility being proposed (e.g. Garage, open lot, paved or stoned). II.Past Performance: Provide three references (include name, telephone, address and email address). III.Price: The evaluation factors are listed in descending order of importance. Technical and past performance when combined is more than price. i.52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; ii.52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda;52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, VAAR 852.203-70 Commercial Advertising, VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission. iii.52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995), 52.204-10 Reporting Executive Compensation & First-Tier Subcontracts Awards (Jul 2010), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-28 (Post Award Small Business Program Rerepresentation (April 2009), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (March 2007), 52.222-35 Equal Opportunity for Veterans (Sept 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sept 2010), 52.222-41Service Contract Act of 1965 (Nov 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (Bus Driver $14.66), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.232-34 (Payment by Electronic Funds Transfer-Other than Central Contractor Registration. iv.The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. p). RESPONSES ARE DUE: Tuesday, April 10, 2012 by 12 Noon Pacific Standard Time (PST). Only electronic offers will be accepted; submit quotation to: monica.griffin@va.gov. q)Contracting Office Address: Department of Veterans Affairs Network Contracting Office - 22 4811 Airport Plaza Dr., Suite 600 Long Beach, CA 90815 Place of Performance: VA San Diego Medical Center, 3350 La Jolla Village Dr. San Diego CA 92161 Primary Point of Contact: Monica Griffin Contracting Officer Monica.Griffin@va.gov 562-766-2232 Secondary Point of Contact: Alan Trinh Contracting Officer Alan.Trinh@va.gov 562-766-2271 SCHEDULE OF SERVICES and PRICE/COSTS BASE Period: May 1, 2012 through October 31, 2012 Item DESCRIPTION QTY UNITUNIT PRICE TOTAL 1 Parking Spaces (Based on estimated 500 spaces) 6 MO $ $ TOTAL $
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212R0639/listing.html)
- Document(s)
- Attachment
- File Name: VA262-12-R-0639 VA262-12-R-0639_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318715&FileName=VA262-12-R-0639-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318715&FileName=VA262-12-R-0639-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-12-R-0639 VA262-12-R-0639_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318715&FileName=VA262-12-R-0639-000.doc)
- Record
- SN02716380-W 20120408/120406235041-041957895a99b7a77cf47eb155d1cd7b (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 |