SOLICITATION NOTICE
M -- Valet Parking Services-613 Martinsburg VAMC
- Notice Date
- 6/12/2024 12:13:23 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0581
- Response Due
- 6/27/2024 1:00:00 PM
- Archive Date
- 08/26/2024
- Point of Contact
- Timothy Russell, Contracting Officer, Phone: 304.623.3461 Ext. 3895
- E-Mail Address
-
timothy.russell@va.gov
(timothy.russell@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. Introduction: A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. B. This solicitation is restricted to SDVOSB business size limitation. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-05 and VAAR Update 2008-37. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its quote via email to timothy.russell@va.gov. Offeror must provide the following information with its quote: A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number; B. Information that demonstrates your company shall provide bonded, fully trained, experienced parking attendants who possess a valid state driver s license, be U.S. citizens and be fluent in the English language. Contractor personnel shall be at least 18 years of age, have no criminal history, and be able to perform all general duties, functions, and activities as required. Contractor s staff qualifications shall also include expertise in the proper operation of all types of motor vehicles, and a commitment to the highest level of respect, courtesy, compassion, and safety. C. The completed Price Schedule - you must enter your quoted unit price, amount & grand total in the accompanying Price Schedule (see solicitation attachments). 3. Date & time quotes are due: June 27, 2024, at 4:00 PM Eastern. 4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Alternate quotations may be submitted. Each response must meet the minimum requirements of the solicitation. The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation will consider the following: technical capability (e.g., past experience, project timeline, netting type/style, attachment method and color choice), Veterans involvement (in accordance with VAAR 852.215-70), and price. 5. Description of Work: A. The Contractor shall be required to furnish all necessary and appropriate labor, supervision, materials, equipment, and supplies to provide Valet Parking Services. The Contractor shall provide Valet Parking Services to alleviate parking problems experienced at the Martinsburg VAMC. The Valet Parking Services shall be intended to accommodate Veteran patients, their family members, and visitors. (See the accompanying Work Statement for details.) B. Contract Line-Item Numbers, quantities, unit of measure: (see the accompanying Price Schedule attachment for details). 6. The provision at 52.212-1, Instructions to Offerors Commercial Services (SEP 2023), applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); D. 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023); E. 52.209-7, Information Regarding Responsibility Matters (OCT 2018); F. 52.233-2, Service of Protest (SEPT 2006); G. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); H. 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The provision at 52.237-1, Site Visit. A site visit is scheduled to be conducted at the Baltimore VAMC on June 20, 2024 at 10 AM personnel attending this site visit will meetup with the Martinsburg VAMC POC at Main lobby (Main Building) Ms. Tracy Dotson (CO), and Bradley Church (POC) will be conducting site visit. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 9. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (NOV 2023), applies to this acquisition, including the following addenda: A. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); B. 52.204-13, System for Award Management Maintenance (OCT 2018); C. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); D. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) E. 52.228-5, Insurance-Work on a Government Installation (JAN 1997) and CL-120, Supplemental Insurance Requirements; F. 852.201-70, Contracting Officer s Representative (DEC 2022); G. 852.203-70, Commercial Advertising (MAY 2018); H. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION); I. 852.215-71, Evaluation Factor Commitments (OCT 2019); J. VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) K. VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) L. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); M. 852.242-71, Administrative Contracting Officer (OCT 2020). 10. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (FEB 2024), applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); D. 52.204-14, Service Contract Reporting Requirements (OCT 2016); E. 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); F. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); G. 52.219-8, Utilization of Small Business Concerns (FEB 2024); H. 52.219 27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). I. 52.219-28, Post Award Small Business Program Representation (FEB 2024); J. 52.222-3, Convict Labor (JUNE 2003); K. 52.222-21, Prohibition of Segregated Facilities (APR 2015); L. 52.222-26, Equal Opportunity (SEPT 2016); M. 52.222-35, Equal Opportunity for Veterans (JUN 2020); N. 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). O. 52.222-37, Employment Reports on Veterans (JUN 2020); P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); Q. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); R. 52.222-50, Combating Trafficking in Persons (NOV 2021); S. 52.222-54, Employment Eligibility Verification (MAY 2022). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) T. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); U. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); V. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); X. 52.222-41, Service Contract Labor Standards (AUG 2018); Y. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). Fill-in information: WG2 Z. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); Aa. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). 11. The clause at 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 12. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" (Quoters shall list exception(s) and rationale for the exception(s), if any.)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a42de1f704fb444fa4ab086267abadf4/view)
- Place of Performance
- Address: Martinsburg VAMC 510 Butler Avenue, Martinsburg, WV 25405, USA
- Zip Code: 25405
- Country: USA
- Zip Code: 25405
- Record
- SN07094575-F 20240614/240612230112 (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 |