Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
DOCUMENT

V -- Shuttle and Valet Services - Attachment

Notice Date
1/9/2018
 
Notice Type
Attachment
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1 (NE);830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
9270
 
Response Due
1/22/2018
 
Archive Date
2/21/2018
 
Point of Contact
John McClintock
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Notice # 9270 (combined Valet and Shuttle Services West Haven VA Medical Center) This is a Sources Sought Notice seeking information and feedback from industry in regards to the West Haven VA Medical Center requirement for Ambulance Services. This information will be used for preliminary planning purposes only. No proposals are being requested or accepted at this time. This is not a solicitation and no contract shall be awarded from this SOURCES SOUGHT NOTICE. The purpose of this SOURCES SOUGHT NOTICE is to gain industry feedback on the attached Performance work Statement (PWS), and to also gain knowledge of the interest, capabilities, and qualifications of potential service disabled veteran owned small business contractors that would be interested in a future solicitation. In accordance with Public Law 109-461, the Department of Veterans Affairs is particularly interested in Service Disabled Veteran Owned Small Business (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) that are interested. All interested parties responding to this SOURCES SOUGHT NOTICE should submit the following information: Company name and address, point of contact with phone number, and DUNS number. Company socio-economic status to identify business as being an SDVOSB, VOSB, Small Business, Hubzone, 8a, Woman Owned, EDWOSB, etc. Primary NAICS for this procurement will be 812930 (Parking Lots and Garages) with a small business size standard of $38.5 Million. Documentation relating to capability of performance. If an SDVOSB or VOSB, provide proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or intention of registration prior to submission of offers to a solicitation. All interested firms must be registered in SAM (www.sam.gov). All interested SDVOSB or VOSB firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in SAM to be eligible for award of Government contracts. Any other pertinent company documentation. The following questions are optional, but highly encouraged. The Government appreciates and welcomes all industry feedback: Please review the attached Performance work Statement and provide general feedback. Specifically, is there anything confusing or that you would modify? Anything that needs to be added/deleted or changed, and why? Are the equipment and personnel standards in accordance with standard industry practices? Is there a quality control standard (such as CAAS) that is commonly accepted across the industry? Is your company currently certified to any particular quality control standard? What other information would you like the Government to know while planning this procurement? The response date to this SOURCES SOUGHT NOTICE is January 22nd, 2018, at 4:00 pm EST. Please email your responses to: john.mcclintock@va.gov. This market research is for informational and planning purposes only to determine if a set-aside is appropriate and to receive industry feedback on the PWS. This SOURCES SOUGHT NOTICE does not constitute a solicitation. All information received in response to this SOURCES SOUGHT NOTICE that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this SOURCES SOUGHT NOTICE. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov at a future date and will invite firms to register electronically to receive a copy of the solicitation when it is issued. PERFORMANCE WORK STATEMENT GENERAL PROCEDURE: The Connecticut VA Medical Center 950 Campbell Avenue, West Haven, CT 06516 has a requirement for a Campus Transportation Program to include Transportation Shuttle and Valet Services. The Contractor shall be required to furnish all necessary and appropriate labor, supervision, materials, equipment, and supplies to provide Campus Transportation Program to include Transportation Shuttle and Valet Services in accordance with the terms and conditions of the resulting contract and the specifications and requirements, as specified herein. VALET PARKING: The Valet Services shall be intended to accommodate Veteran patients, their family members, and disabled employees with VA disabled permits and visitors. Based on current operations, it is estimated that the contractor will be required to park and/or provide assistance in parking to approximately 500 cars per day, and approximately 180 parking spaces will be allocated for Valet Parking. Approximately 60 parking spaces are available in the Patient Lot 4 for valet stacked attendant assisted parking. It is estimated that there is a total of 30,000 square feet available for valet stacked parking. An additional 130 surface parking spaces are located in Lot 10 for Valet Parking overflow if required. It is estimated that there is approximately 44,000 square feet available for parking overflow if required in Parking in Lot 10. It is understood that the number of vehicles indicated herein are estimated quantities and may fluctuate during the contract period. Contractor must provide a sufficient number of staff in order to meet the needs of the VA and the Performance Standards. Services shall include but not be limited to ticketing, securing keys, providing cones or other supplies and/or professional materials, necessary or incidental to manage and perform services. Contractor shall be responsible for parking, delivering and directing certain vehicles to and from the valet greeting area at the main control parking lot. Location of any contractor furnished equipment must be approved by the Contracting Officer s Representative (COR), prior to the commencement of services. SHUTTLE SERVICE: The contractor is expected to provide the Handicap Accessible Buses (not Vans) and drivers to accommodate the daily schedule. Based on current operations, it is estimated that the contractor will be providing Round Trip shuttle service to three off-site parking areas and Connecticut VAMC intra-campus shuttle stops, Connecticut VA Medical Center 950 Campbell Avenue, West Haven, CT 06516. The total round trip mileage is estimated to be 7 Miles. The off-site parking areas are known as the Mantilla Parking Lot, 325 Campbell Avenue, West Haven, CT 06516; the Polish American Parking Lot, 194 W Spring St, West Haven, CT 06516; and the West Haven Railroad Station, 20 Railroad Avenue, West Haven CT 06516. Intra-Campus Shuttle Stops are to be determined. Riders could consist primarily of handicapped and non-handicapped patients and family. Secondary riders would consist of handicapped and non-handicapped employees of the Connecticut VA Medical Center. Location of any contractor furnished equipment must be approved by the Contracting Officer s Representative (COR), prior to the commencement of services. Proposed hours of operation are 6:00 AM to 6:00 PM Monday through Friday, excluding Federal Holidays and any other day specifically declared by the President of the United States to be a Federal Holiday. Critical hours of Staffing due to anticipated increased patient traffic are 6:00AM to 8:00 AM; 11:00AM to 1:00PM; and 3:00PM to 5:30 PM daily. The Contractor shall adjust the level of valet parking staff as necessary to ensure an efficient operation. If deemed necessary by the Government, the hours of operation may be periodically adjusted based upon volume and demand. Contractor will place Automated External Defibrillator (AED) devices in each shuttle bus, Training on the AED device will be provided by the Connecticut VAMC EQUIPMENT STORAGE: Location of any contractor furnished equipment must be approved by the Contracting Officer s Representative (COR), prior to the commencement of services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/9270/listing.html)
 
Document(s)
Attachment
 
File Name: 9270 9270.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4005601&FileName=9270-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4005601&FileName=9270-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04784872-W 20180111/180109231149-73ee2ea817b6616bb7e22bc7a709e462 (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.