Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
SOURCES SOUGHT

X -- VAPHS Parking Spaces-offsite

Notice Date
7/15/2020 11:23:25 AM
 
Notice Type
Sources Sought
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0844
 
Response Due
7/23/2020 11:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
Maureen Jordan, Contracting Officer, Phone: 215-823-5800 x206855
 
E-Mail Address
Maureen.Jordan@va.gov
(Maureen.Jordan@va.gov)
 
Awardee
null
 
Description
DISCLAIMER This Sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice is marked as proprietary and 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 notice. This notice is being issued in an attempt to determine the level of interest among all socioeconomic groups. Responses will assist VA planners in determining an appropriate acquisition and set-aside strategy which best fits VA requirements. The VA Pittsburgh Healthcare System (VAPHS) located at University Drive Campus, University Drive, Pittsburgh, PA 15240 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) Small or emerging small business firms (SB or other); or (4) large business (LB) firms to set aside a single award contract. The VA Pittsburgh Healthcare System (VAPHS) is seeking a qualified contractor to provide all necessary resources required to provide 200 parking spaces located within a 3-mile radius of the Medical Center. See the attached DRAFT PWS for a full description of required services. The anticipated period of performance is one year, starting on September 1, 2020. There may be two option periods as well. A separate contract for shuttle services will be required and will be in a separate sources sought notice. The two services (parking and shuttle services) are expected to have the same period of performance for VAPHS. All interested firms who can meet the requirement should respond, in writing, and provide the following: 1. Describe your interest, including your capability to provide this service. Please keep to a minimum of three pages or less. 2. Indicate which socioeconomic business category for which you qualify (see paragraph 2 above). 3. Include the full address of the parking lot and contact information. 4. How many miles is the parking lot from VAHS? 5. What is the estimated cost per month? 6. Are there additional fees? If so, what are they? Please explain. 7. Can shuttle services pick up passengers in the parking lot? If not, where can they pick up passengers (provide location)? 8. Are there any covered shuttle waiting areas (i.e. bus-stop-type shelters)? 9. Are there any security features offered that are above the requirements. Examples include emergency phones, security staff, and other staff on site? 10. Do you have a snow/ice removal plan? State whether snow/ice removal is performed by maintenance staff or is contracted. If snow/ice removal is performed by maintenance staff, provide the formal snow/ice removal procedures if they exist or a narrative if they do not. If snow/ice removal is contracted, provide the requirements that are included in the snow/ice removal contract. 11. Are you registered in the System for Award Management (SAM)? 12. What is your DUNS number? Provide this information to the Contracting Officer, Maureen Jordan at Maureen.Jordan@va.gov no later than 2:00 p.m. (Eastern Time), Thursday, July 23, 2020. Solicitation 36C24420Q0844 VAPHS Parking Spaces offsite has been assigned and should be referenced on all correspondence regarding this announcement. The NAICS Code 812930 is applicable to this acquisition, with a Business Size Standard of $41.5 M. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f9e501fd81d14bc5b31e965b838de562/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05722619-F 20200717/200715230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.