Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

M -- Parking Management Services

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-12-Q-00043
 
Archive Date
8/7/2012
 
Point of Contact
Johnny H. Burkhalter, Phone: 2023660851, Eva Shade, Phone: 202-366-5819
 
E-Mail Address
johnny.burkhalter.ct@dot.gov, eva.shade@dot.gov
(johnny.burkhalter.ct@dot.gov, eva.shade@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Attention: All onsite visits will be conducted on the 17th and 18th of July. Please contact Eva Shade to coordinate your company's visit. 1. INTRODUCTION 1.1. The Office of Transportation Services (TRANServe), within the Office of the Assistant Secretary for Administration, U.S. Department of Transportation (DOT), provides parking services associated with the TRANServe Office and the Parking and Transit Office located in the DOT FAA Building ("Garage"). The DOT FAA complex (herein referred to as the "Facility") is located at 800 Independence Avenue SW, Washington, DC 20591. 2. SCOPE OF WORK 2.1. Parking and Transportation. 2.1.1. The Contractor shall provide a minimum of 600 parking spaces achieved through stacking/tandem parking for full size and compact vehicles. The total number of spaces include 20 for Government vehicles, 18 Motorcycle and 11 Handicapped spaces. Contractor and FAA acknowledge that it is only possible to provide this number of spaces within the garage if all FAA personnel abide by the rules and regulations and ensure that all tandem spaces be utilized fully. This requires that all FAA personnel parking in tandem spaces pull completely forward and utilize the interior space. To this end, both FAA and Contractor will take all steps necessary to communicate with FAA employees to ensure that all personnel parking within the Garage understand the requirement to pull forward completely. 2.1.2. Vehicles may use parking spaces if they display a FAA Parking Permit. The Contractor will admit to the Garage vehicles without a FAA Parking Permit only if the vehicles have Government tags and a decal indicating that it can park in one of the Government spaces. In the event of FAA's need to accommodate vehicles that would not normally be parked in the garage, due to an emergency situation that may require surge personnel to report to duty, the Contractor will work with FAA Facilities Management to provide parking for such employees or contractors regardless of whether the vehicles are officially tagged and regardless of location in the gargage to the extent there is space reasonably available in the Garage. 2.2. The Contractor shall provide the necessary labor, supervision, materials, supplies and equipment to provide parking operations services, including, but not limited to monitoring parking areas and garage maintenance. The Contractor shall provide all maintenance associated with the garage on both levels in the facility. Notwithstanding the above, the maintenance provided by Contractor shall not pertain to the security bollards and retractable arms located outside the Garage. These items are to be maintained by Facilities Management and are not within scope of this agreement. 2.3. The Contractor's staff shall be fully trained and shall also interact with parking patrons in a professional and courteous manner consistent with generally accepted commercial standards of performance. 2.4. Cars will be parked by experienced parking attendants or permit holders. Contractor shall provide stacked/tandem parking in efficient and effective manner without damage, by best efforts, to any vehicle in accordance with commercial practices and parking will be accomplished for optimal use of available space in conjunction with FAA parking management staff. Parking Attendants will be required to direct and accomplish the movement of FAA employee vehicles and FAA contractor's private vehicles from the garage entry point to stacked/tandem parking positions. 2.5. The Contractor will provide coverage for the Garage from the hours of 7:30 a.m. to 5:00 p.m., Monday through Friday, excluding legal Federal holidays ("Business Hours"). The contractor shall have an attendant available at the bottom of the entry ramp during B usiness H ours. The peak hours ("Peak Hours") are from 7:30 a.m. to 9:00 a.m. and 3:00 p.m. to 4:30 p.m. In the event that FAA requires additional hours of coverage, the costs of said coverage shall be borne by FAA only if approved by DOT Contracting Officer and, if not approved, Contractor shall not be obligated to provide such additional coverage. The Contractor will ensure that no vehicle remaining in the garage after Business Hours is parked in a position so as to be blocked or to prevent employees from exiting the garage on their own without assistance. 2.6. All Government offices will be closed, except for minimum essential personnel required for in-house operations, during Federal holidays. Except as otherwise specified, the Contractor shall not schedule routine work on Federal holidays. When such holidays fall on a Saturday, the preceding Friday will be considered a holiday. When such holidays fall on a Sunday, the succeeding Monday will be considered a holiday. The ten Federal holidays per year are as follows: HOLIDAY DAY OBSERVED New Years Day First day of January Martin Luther King, Jr. Birthday Third Monday of January Presidents Day Third Monday of February Memorial Day Last Monday of May Independence Day Fourth day of July Labor Day First Monday of September Columbus Day Second Monday of October Veterans Day 11th day of November Thanksgiving Day Fourth Thursday of November Christmas Day 25th day of December 2.7. The Contractor will be responsible for conducting and providing quarterly reports on parking patrons or permit holders on information specified by the COTR, with ninety (90) days advance notice. Such reports shall be provided at no additional cost to DOT. 2.8. The Contractor will at its expense, arrange for outside telephone services to be used by parking contractor employees for calls external to the facility. The Contractor will utilize the office area located in the garage to provide shelter for parking employees working in the garage and supplies, materials, and equipment for the performance of this contract. 3. PERSONNEL REQUIREMENTS 3.1 It is the policy of the DOT to maintain a drug-free workplace. The Contractor shall require all employees working on this contract to submit to drug screening tests no later than 16 working hours prior to reporting for initial employment and to provide random drug testing. All Contractor employees shall provide to the DOT Office of Security a completed Standard Form 85P, Questionnaire for Public Trust Positions, electronically as directed by the Office of Security; prior to the employee's start date. The Contractor employee shall report to the DOT Office of Security to be fingerprinted. The Office of Security will review all information submitted, perform a preliminary security check, and issue a DOT badge (to be displayed at all times) to each employee after favorable adjudication of the results of the fingerprint check and a review of all information submitted. A completed background investigation and a favorable suitability determination by the Office of Security is a requirement of employment. 3.2. The Contractor shall provide a Project Manager (PM) and alternate PM to conduct overall management coordination and shall be the central point of contact with DOT for performance of all work under the contract. The alternate PM shall be designated to act for the PM when work is being performed during the PM's absence. •3.2.1 Parking Attendants: The Contractor shall: •a. Provide service for stacked/tandem parking in the Garage. •b. Issue warning notices when violations of garage rules occur and provide copies to Government management for follow-up. d. During Peak Hours - There shall be no less than 2 parking attendants on duty. 3.3. Foreign Nationals as Contractor Employees. Each employee of the Contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form I-151, or who presents other evidence from the "U.S. Citizenship and Immigration Services that employment will not affect his/her immigration status. 3.4. The parking attendants in the Garage must be proficient in speaking English. 3.5. The Contractor personnel shall meet the physical requirements to perform the function(s) and task(s) to which they are assigned. 3.6. All employees shall be sober, drug-free, conscientious, neat and courteous. The Contractor must at all times provide adequate staff to perform the essential duties inherent to a successful parking service operation, during the days/hours operation specified in paragraph 2.5 above. 3.7. The Contractor's staff shall exhibit excellent personal qualities, such as a neat clean appearance; a well-spoken manner; ability to work as a member of a team; and a pleasant way with customers. Contractor issued uniforms are required to identify parking staff. The PM, or any employee of the Contractor, shall be replaced within 10 workdays following request of the Contracting Officer (CO) for operation deficiencies determined to be a result of inferior direct management or employee performance, or when DOT deems the PM or individual employee does not meet performance expectations at anytime during the term of this contract. The Contractor may demonstrate to the CO actions in progress to correct the deficiency prior to employee replacement. 3.8. Contractor employees will be accountable and responsible persons possessing a current and valid state issued drivers license without any restrictions or violations. All parking attendants and supervisors must be able to operate a manual and/or automatic transmission vehicle. 3.9. Within five (5) days prior to an employee reporting for duty as an attendant or supervisor, the Contractor will submit a resume for PM and Alt PM for review and final approval by the COTR. 4. GOVERNMENT FURNISHED EQUIPMENT 4.1. FAA will make available to the Contractor, certain Government Furnished Equipment (GFE) for use in performing work specified in this contract. The Contractor shall not use GFE for any other work unless prior authorization is received from the Contracting Officer (CO). FAA will provide the Contractor certain "office-related" equipment. The equipment shall be returned to FAA in the same working order and condition, less normal wear and tear, as issued. 4.2. GFE includes the necessary equipment and furnishings FAA deems necessary to perform the tasks shown in the Statement of Work (SOW). FAA will maintain the GFE and will provide access to all equipment manuals for provided equipment. FAA will not provide items that are related to the performance of stacking and tandem parking such as storage devices for keys. 4.3. Any anticipated use of Government furnished telecommunications and/or information systems and or access to Government telecommunications rooms or closets must be identified and agreed to in writing by the Government. If specific use of such equipment is not identified in this agreement it is assumed that the contractor can perform the services provided under this agreement without use of government furnished telecommunications and information systems related equipment. Any approved use of Government furnished telecommunications and information systems and equipment (including telephones, fax machines, computers, modems, networks, Internet and other installed software) shall be used for transaction of DOT official business only. DOT telecommunications and information systems are subject to security monitoring at all times. Use of these systems constitutes consent to security monitoring. 5. INDEMNITY AND INSURANCE 5.1. The Contractor shall maintain proper insurance and ensure that its license to operate a parking management company complies with District of Columbia, state and federal regulations. 5.2. The Contractor will be responsible for considering and resolving claims resulting from the performance of this contract. The Contractor shall hold harmless and indemnify the Federal Government against any and all claims and cost of any kind and nature, for any loss and/or liability arising from damage to property and/or personal injury to DOT employees and/or guests based on actions of the contractor and their employees acts or omissions incident to its performance under this contract. This indemnification includes the acts or omissions of the Contractor, any subcontractor or any employee, agent, or representative of the contractor or subcontractor. 5.3 The Contractor assumes liability for loss of or damage to Government personnel and Government property resulting from the performance of this contract, excluding vehicle contents. The Contractor shall maintain proper insurance in accordance with Federal Acquisition Regulation Part 28.307-2(c) and produce legal documentation of proof of insurance within five working days before commencement of work. Type of Insurance Per Person Bodily Injury Property Per Accident Comprehensive $500,000 $20,000 $200,000 General Liability $500,000 $20,000 $200,000 6. WORK CLOSURES 6.1. When an unforeseen emergency arises resulting in closure of the FAA facility or curtailment of routine work activities occurs on a regularly scheduled workday and affects the Contractor's scheduled operations, DOT will make announcements of closures in the following manner: during normal duty hours, the COTR will provide notification; during non-duty hours, notification will be made through local radio, television channels and online at www.OPM.gov. 6.2. Hours of Operation - DOT/FAA has use of this garage 24 hours daily, 365 days per year. Outside of Business Hours, DOT Security Guards will permit access to authorized vehicles, monitor and provide surveillance to the Garage. The Contractor's hours shall be as provided in Sections 2.5 and 2.6. 7. INVOICES 7.1. The Contractor will provide monthly invoices that are in accordance with the FAR to the DOT Accounting Office in Oklahoma City and a copy shall also be sent to the TRANServe COTR along with backup time sheets showing contractor's weekly hours for that month. Proper invoices shall be submitted including information required by FAR 52.232-25, Prompt Payment, including the following: (1) Contractor Name, Address, Phone (2) Contract Number (3) Invoice Number (4) Payment Terms (5) Period of Performance being billed (e.g., Oct 1 - 31, 2005) (6) Applicable Contract Line Item (7) Description of Supplies/Services (8) Quantity (9) Unit Price (10) Total Price per line Item (11) Total Invoice Amount (12) Contractor POC for billing questions (13) Delivery Order number if applicable. Invoices shall be prepared on a monthly basis and shall contain all services rendered during the subject month. Contractors shall submit an original and one copy of their invoice to the following address: FAA/OST/WCF Account WCF Account, c/o AMZ-110 PO Box 25730 Oklahoma City, OK 73125 8. SECURITY 8.1 No parking of third party vehicles will be allowed in the garage during the term of Government's lease (other than vehicles of FAA employees and/or FAA contractors which have been approved by Department of Transportation and/or other applicable DOT security screening procedures). 8.2. Government rules, regulations, laws, directives, and requirements relating to law and order and security shall be applicable to all Contractor employees or representatives who enter the FAA facility and violation of such shall be grounds for removal (permanently or temporarily as DOT determines) from the work site. 9. ACCEPTANCE AND INSPECTION 9.1. Inspection and acceptance of the services called for in this solicitation shall be performed by the CO, COTR, or a Designated Representative. 9.2. DOT shall monitor the Garage on a daily basis. There will be random routine inspections to ensure that all aspects of the SOW are being met and to ensure the garage is in compliance with codes and regulations. 10. PLACE OF PERFORMANCE U.S. DOT FAA 800 Independence AVE sw, WASHINGTON DC 2059 1 11. PERIOD OF PERFORMANCE This contract includes one base year period with two one-year options. The period of performance for the base contract period will be one year from contract award, with two 12-month option periods. Each of the options years will only be granted upon a favorable review of the Contractor's performance and validation of continued need and available budget. This contract will be incrementally funded every four months during the term of the contract. 12. CONTRACT ADMINISTRATION 12.1. Contracting Officer: The Office of the Secretary of Transportation (OST) Contracting Officer (CO), identified below, has the overall responsibility for this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify or deviate from the contract terms, conditions, and requirements. The CO may delegate certain other responsibilities to his/her authorized representatives or Contracting Officer Technical Representative (COTR). The OST CO for this contract is: Loni Chinn, Contracting Officer U.S. Department of Transportation OST Acquisition Services, M-63 1200 New Jersey Ave SE Washington, DC 20590 12.2 Contracting Officer's Technical Representative (COTR): Eva Shade U.S. Department of Transportation Office of Financial Management and Transit Benefit Programs 1200 New Jersey Ave SE Washington, DC 20590 In accordance with Transportation Acquisition Manual ( TAM) Clause 1252.242-73, Contracting Officer's Technical Representative (COTR), this appointment is effective until this contract is completed or a written notice of termination is received from the CO responsible for this contract, whichever occurs first. The COTR has the authority to monitor the technical progress of the supplies, services, or construction that are required to be delivered under the contract. This includes visits to your plant or the place of performance, meetings and telephone conversations with your personnel, inspection, acceptance, or rejection of the contracted items and other duties that may be authorized by the CO. The COTR cannot authorize or order the cessation of contract work nor delete, change, or waive any of the technical requirements or other terms and conditions of the contract. Should you desire a change (monetary or otherwise) to the contract, you must submit a written request to the CO for consideration. If appropriate, the change will be effected by a contract modification, after discussions and/or negotiations. Whenever a difference of opinion between you and the COTR occurs, please notify the CO immediately for resolution. You should also contact the CO when you are unable to contact the COTR on a technical matter and for assistance on all other matters pertaining to this contract. 13. CONTRACT TYPE This is Fixed Price Commercial Items contract. 14. EXERCISE OF CONTRACT OPTION DOT may exercise the option to extend the term of this contract by giving written notice of renewal to the contractor within 60 days prior to the expiration date of the initial nine month term. The total duration of this contract including the exercise of option under this contract shall not exceed 33 months. The contract options are as follows: ITEMS Period of Performance 0001 Base Period 08/01/2012 - 09/30/2012 0002 Option Year One 10/1/2012 - 9/30/2013 0003 Option Year Two 10/1/2013 - 9/30/2014 15. SEAT BELT USE POLICIES AND PROGRAMS In accordance with Executive Order 13043, the recipient of this award is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally-owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. For information on how to implement such a program or for statistics on the potential benefits and cost-savings to your company or organization, please visit the Buckle Up America section on NHTSA's website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in Washington, DC dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user-friendly program kit, and an award for achieving the President's goal of 85 percent seat belt use. NETS can be contacted at 1-888-221-0045 or visit its website at www. trafficsafety.org. 16. PERMITS AND LICENSES In the performance of work hereunder, the contractor shall obtain and maintain in effect all necessary permits and licenses, such as (Certificate of Occupancy and Basic Business License to Operate a Business) required by Federal, State or local governments, or subdivisions thereof, or of any other duly constituted public authority. 17. NOTICE PROVISION/Termination for Convenience DOT reserves the right to terminate this agreement for convenience at anytime during the term of this agreement. The DOT will provide a minimum of 90 days written notice to the contractor prior to termination pursuant to this provision. After expiration of the 90 day notice period, performance under this contract will be considered complete and DOT will no longer be obligated for payments associated with the spaces that have been released and the Contractor will not be entitled to any further termination costs that may be provided by the Termination for Convenience clause incorporated into this contract. After termination of this contract, Contractor will be permitted to operate the garage, subject to all the existing terms and conditions of the Government Lease (GS-11B-01477). Payment will be made thirty (30) days in arrears and monthly disbursement(s) will be based on invoice(s) presented by the Contractor with approval by the DOT Contracting Officer's Technical Representative. This contract will be incrementally funded. DOT will at all times maintain 120 days of funding on the contract and will at all times be obligated for no more than the current funding on the contract. 18. Limitation of Funds (Apr1984)(Alternated)/ Incremental Funding a. The parties contemplate that the Government will allot additional funds incrementally to the contract up to the full cost to the Government specified in the schedule. The contractor agrees to perform or have performed, work on the contract up to a point at which the total amount paid and payable by the Government under the contract does not exceed the total amount actually allotted by the Government to the contract. b. Except required by other provisions of this contract specifically citing and stated to be an exception to the clause- (1) The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted by the Government to this contract and (2) The contractor is not obligated to continue performance under this contract (including actions under the Termination clause of this contract and Paragraph 17, Addenda or otherwise incur cost in excess of the amount then allotted to the contract by the Government. c. No notice communication or representation in any form from any person other than the Contracting Officer shall effect the amount allotted by the Government to this contract. In absence of the specified notice, the Government is not obligated to reimburse the Contractor for any costs in excess of the total amount allotted by the Government to this contract, whether incurred during the course of the contract or result of termination. d. Change orders shall not be considered an authorization to exceed the amount allotted by the Government specified in the schedule, unless the contain increasing the amount allotted. e. Nothing in this clause shall effect the right of the Government to terminate this contract pursuant to number 17 of the addenda.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS59-12-Q-00043/listing.html)
 
Place of Performance
Address: FAA complex is located at 800 Independence Avenue SW, Washington, District of Columbia, 20591, United States
Zip Code: 20591
 
Record
SN02802670-W 20120715/120713235411-6af5398d9988c85f4eb4c3e512bee48c (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.