Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2021 SAM #7068
SOURCES SOUGHT

X -- Sources Sought Notice | Warehouse Storage Space Rental Philadelphia VAMC | (new 5-year) THIS IS NOT A REQUEST FOR A QUOTE

Notice Date
4/6/2021 6:03:46 AM
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0543
 
Response Due
4/16/2021 1:00:00 PM
 
Archive Date
05/16/2021
 
Point of Contact
David Santiago, Contracting Officer, Phone: 412-822-3746
 
E-Mail Address
David.Santiago2@va.gov
(David.Santiago2@va.gov)
 
Awardee
null
 
Description
Send a capability statement, no more than one page in length; to include Company Name Duns Number, Socioeconomic Category, brief description of your business entities capability to handle this particular project in the Philadelphia, PA. area, website and GSA Contract number if applicable & contract number/information. Email to David.Santiago2@va.gov with 36C24421Q0543 in the email Subject line, no later than 4:00 pm EST on Friday April 16, 2021. Performance Work Statement - CMCVAMC Rental of Warehouse/Storage Space The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) located at 3900 Woodland Ave, Philadelphia, PA 19104 has a requirement for the rental of warehouse/storage space to supplement the medical center s existing warehouse capacity. The space will be utilized for the warehousing of medical supplies (to include personal protective equipment (PPE) to support the medical center s COVID-19 response, as needed) and medical equipment. The CMCVAMC Logistics Service will manage and monitor the inventory contained within the space. Space offered shall be in a quality building of sound and substantial construction meeting the Government s requirements for the intended use. CMCVAMC makes monthly rental payments in arrears upon acceptance of the space. The resulting contract shall be fully serviced and firm-fixed price. Requirements: CMCVAMC requires up to 10,000 sf of warehouse/storage space located in a secure industrial park. The space shall be in a temperature and humidity controlled, sprinklered building with access to a loading dock entrance. The warehouse shall maintain positive air flow with 20-30% humidity and temperatures between 66-75 degrees Fahrenheit. The Contractor shall provide daily notification to the COR to ensure humidity and temperatures are within acceptable limits. The space shall be available immediately at time of contract award and within 5 miles/10-minute drive in moderate traffic of the CMCVAMC. The space shall not be in the 100-year flood plain. The Government shall have 24-hour access to the space. The anticipated hours of operation for the VAMC s intended use of space are between the hours of 6:00am 5:00pm, Mon Friday, excluding Federal Holidays. The rented warehouse space shall be fully serviced. Services and utilities to be provided shall include heat, electricity, water (hot and cold), snow removal (parking area/dock), trash removal, chilled drinking water, air conditioning, access to restroom, maintenance, pest control, cleaning and security. Inventory stored in the rental warehouse space will be on pallets. If there is non-exclusive use of the rental space, CMCVAMC requires floor to ceiling cages to secure its inventory. Minimally, two parking spaces shall be assigned to CMCVAMC in a secured lot. There shall be visitor parking and parking accessibility at the loading dock to load/unload inventory. Space shall be secured and well lit. Parking area shall be maintained by the Contractor, to include, but not limited to snow removal and removal of litter. The space shall be free of pests, vermin, and insects. The warehouse shall be cleaned regularly by the Contractor to ensure a clean and hygienic environment. The Contractor shall provide floor plans for the space and a valid Certificate of Occupancy for the intended use of the Government and shall meet, maintain, and operate the building in conformance with all applicable current codes and ordinances. The space shall meet applicable egress requirements in National Fire Protection (NFPA) 101, Life Safety Code or an alternative approach or method of achieving a level of safety deemed equivalent and acceptable by the Government. The Building and space shall be accessible to persons with disabilities in accordance with appendices C and D of 36 DFR Part 1191 (ABA Chapters 1 and 2 and Chapters 3 through 10 of the ADA-ABA Accessibility Guidelines). The rental space shall be free of all asbestos containing materials, except undamaged asbestos flooring. The space shall be free of other hazardous materials and in compliance with applicable Federal, State, and local environmental laws and regulations. CMCVAMC may conduct a market survey of the space. Period of Performance: Period of Performance shall consist of one base year with 4 option years as follows: Base period: July 1, 2021- June 30, 2022 Option Period 1: July 1, 2022 June 30, 2023 Option Period 2: July 1, 2023 June 30, 2024 Option Period 3: July 1, 2024 June 30, 2025 Option Period 4: July 1, 2025 June 30, 2026 Contractor Submittals: Potential Contractors shall provide the following documentation in response to the request for quote (RFQ): Floorplan of space proposed Monthly cost per square foot Map with drive times from the proposed space to CMCVAMC Temperature/humidity control plan Security/access plan Cleaning plan Pest control plan Certificate of Occupancy References Evaluation: Contractors will be evaluated based upon the following: Price Management Plan (Temperature/Humidity, Security/Access, Cleaning and Pest Control Plans) Location (Distance/Drive Time to CMCVAMC) Past Performance Quality Assurance Surveillance Plan (QASP) To ensure the Government has an effective and systematic method of surveillance for the services herein. This plan will serve as a tool to verify the Contractor is performing all services required in a timely, accurate, and complete fashion. Performance measures for this initiative are defined in the table below: Performance Objective Performance Standard Surveillance Method Performance Levels 1. Climate Control The warehouse shall maintain positive air flow with 20-30% humidity and temperatures between 66-75 degrees Fahrenheit. The Contractor shall provide daily notification to the COR to ensure humidity and temperatures are within acceptable limits. Minimum Quality Standard - Performance will meet standard 98% of the time Observation, Daily Reports to CORS Incentives Positive CPARs Disincentives Negative CPARs reporting 2. Accessibility/Security CMCVAMC will have 24-hour access to the warehouse Inventory stored within the warehouse is secured in accordance with the Contractor s security plan Minimum Quality Standard - Performance will meet standard 95% of the time Observation, validated complaints. Incentives Positive CPARs Disincentives Negative CPARs reporting 3. Utilities Utilities are fully functional Minimum Quality Standard - Performance will meet standard 98% of the time Observation, validated complaints. Incentives Positive CPARs Disincentives Negative CPARs reporting 4. Environmental Warehouse is pest, vermin, and insect free in accordance with the Contractor s pest plan Warehouse is cleaned in accordance with the Contractor s cleaning plan Minimum Quality Standard - All deliverables are met 98% of the time. Review of Deliverables and Direct Observation Incentives Positive CPARs Disincentives Negative CPARs reporting
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07bc573238974209b88d911ceb7d7b10/view)
 
Place of Performance
Address: Corporal Michael J. Crescenz VA Medical Center Philadelphia VAMC 3900 Woodland Ave,, Philadelphia, 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN05964174-F 20210408/210406230118 (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.