MODIFICATION
V -- Valet parking services at Walter reed Army Medical Center patient parking lot.
- Notice Date
- 1/22/2003
- Notice Type
- Modification
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- DADA15-03-T-0049
- Response Due
- 1/31/2003
- Archive Date
- 4/1/2003
- Point of Contact
- JULIAN BOGGAN Sr., 202-782-1106
- E-Mail Address
-
Email your questions to Medcom Contracting Center North Atlantic
(Julian.Boggan@na.amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is an amendment to the combined synopsis/solicitation for commercial item(s) prepared in accordance with FAR12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Quotes are being r equested and a written solicitation will not be issued. DADA-03-T-0049 is issued as a Request for Quotation (RFQ). The Solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2001-11. This Procurement is set aside for small business, the SIC Code is 4789; the North American Industry Classification System (NAICS) code is 485113; the FSC V212. The Directorate of Contracting intends to issue a firm fixed price Purchase Order based on FAR1 2 for Valet Parking Service, The Walter Reed Army Medical Center, 6900 Georgia Avenue, NW, Washington, DC 20307, has a requirement for valet-parking services to alleviate the severe parking problems experienced at this facility. The contract base period i s from February 14, 2003 to February 13, 2004, with two option years. First option year is from February 14, 2004 to February 13, 2005. Second option year is from February 14, 2005 to February 13, 2006. Offerors are strongly encouraged to visit the site on January 24, 2003 from 8:00 am to 2:30 pm to verify parking lot dimensions and number of lined parking spaces. Call Mr. Boggan at (202) 782-1106 to schedule site visit. Definitions: Valet Parking: Attendants greet Beneficiaries and Patient Visitors, tak e possession of keys and vehicle, and park/stack-park the vehicle in the assigned parking area(s). Upon return of vehicle owner the attendant retrieves the vehicle from its parking space and delivers to the owner at the front of the facility. The contrac tor will not be responsible for self-parked vehicles. Contractor: Where referenced in this solicitation, contractor refers to the valet parking contractor. Beneficiaries: Includes all Handicapped inpatient beneficiaries reporting for an appointment and b eneficiaries deemed necessary by a Medical Treatment Facility. There are 66 regular lined spaces located in the upper lever assigned to the contractor. All contractor employees serving as parking attendants must possess a valid driver?s license, be US Cit izens and be fluent in the English language. The contractor will perform a background check, to include finger print check, on all contract employees. The contractor shall provide an updated personnel database as changes in workforce occur annually to the Contracting Officer. The contractor will furnish and install all signs needed for operations, furnish three-part claim checks, and furnish any walkie-talkies, cones, or other miscellaneous items necessary to facilitate valet parking operations. Signs will be easy to read and look professional. Hand-written signs are not allowed. The contractor at its own discretion may furnish one walkie-talkie to the WRAMC Police for easy communications. The contractor will provide uniforms (including outerwear, jackets , hats, etc.) to all personnel working under this contract. Uniforms shall facilitate easy identification of contractor employees by employee name and company name. Uniforms must be consistent in style and color and be worn at all times during performanc e of contract duties. The contractor will staff the valet parking operation with as many employees as needed to ensure an efficient operation. An efficient operation is defined as, no vehicle waits more than 10 minutes to be valet parked or returned. The Contracting Officer or Contracting Officer Representative (COR) will make periodic unannounced inspections to assure that the contractor is in compliance with the maximum waiting period. WRAMC will make every effort to notify the contractor in advance of any special events, which might increase the visitors to the Medical Center and cause parking problems. All parking attendants will possess the minimum compet encies in the WRAMC Competency Assessment Review attachment and be trained by the contractor on the importance of giving good quality customer service. Beneficiaries and Patient Visitors will be treated courteously and with respect at all times. Parking attendants will drive slowly and cautiously, paying attention to pedestrian traffic. Parking attendants will not assist beneficiaries or visitors in and out of their vehicles. If assistance is required, the parking attendant will contact Patient Transport Service. Contractor will attend a pre-performance orientation meeting prior to the commencement of work on site. The COR will schedule this meeting, and it will include discussion of the following topics: Competencies (i.e., Fire and Safety, Disaster Pro cedures, etc.) Medical protocols to be used by valet parking attendants (i.e., procedures for medical emergencies) Handling of lost claim checks, accidents, thefts, and other parking related incidents. Uniforms and WRAMC Identification Badges Responsibilit ies concerning Labor Standard Provisions. Submittals Contractor will submit proof of at least minimum insurance coverage for the Distric of Columbia (i.e., Insurance Certificate, Licenses, etc.) for its employees against theft, damage to vehicles and inju ry to someone with a vehicle. Vehicle owner verification, Birth Month Annual Reviews (BMARS) Orientation of contractor employees will be documented in writing to the Contracting Officer. At minimum the contractor will be responsible to ensure that contrac tor employees coming to the work site have received the information required above. The contractor will be responsible to ensure its employees providing work on this contract are fully trained and completely competent to perform the required work. The con tractor will designate (in writing) an employee to act in a supervisory capacity and as representative of the contractor in handling any valet parking concerns. At all times, a supervisor must be on site and available. The contractor will provide lock box es for use during the term of the contract. The contractor will provide a portable parking podium for use during working hours. The location of the podium is shown on the Site Plan (Site plan is available by request by calling Mr. Boggan at (202) 782-1106 provide your name and fax number). WRAMC will provide lot maintenance, cleaning, repair and snow removal services in the parking areas involved in this contract. The contractor will notify WRAMC of any areas that may pose a safety hazard to patients, emp loyees, and visitors. The contractor will not make alterations to the parking lot line striping, but may number the parking spaces and use the space available to maximize number of cars parked. The government anticipates the lot capacity to be approximate ly 90 vehicles when full using stack-parking method, within the 66 lined regular parking spaces. Contractor will be assigned parking for its employees as needed. The location will be assigned at the pre-performance meeting. Parking Procedures. Valet parki ng services will be provided utilizing the Upper Level patient garage, Bldg 4, as noted on the attachments. Hours of operation are 7:00 A.M. - 4:00 P.M. Monday - Friday (Federal holidays excluded). A sign must be furnished and installed on the Valet Parki ng Podium that outlines the procedure for vehicle owners. Prior to installation, the sign must be approved by the Executive Officer. The government will market this service in the following manner: WRAMC website, bulletins and the Stripe newspaper. Every vehicle that pulls up to the valet parking area will be stopped, and the driver will be asked the nature and length of the visit. Visitors other than patients will be directed away from the valet area. The attendant will give the patient/driver a claim c heck and park the car in a space based on the length of stay. The contractor will be in control of all vehicles to be valet-parked in order to maximize the spac e available and facilitate smooth operations. All attendant parked vehicles will be locked, and the keys will be appropriately secured in the lock box. When a vehicle owner returns, for his/her car, he/she will give the attendant the claim check and the attendant will deliver the car to the valet podium for easy exiting. At the close of each business day the parking attendant will arrange remaining vehicles for easy access and turn over keys of any vehicles still on the premises to the Medical Concierges /Administrative Officer of the Day (AOD), located at the Information Desk, First Floor Lobby. Owners of these vehicles will pick up their keys at the WRAMC Information Desk. The contractor will furnish and install a sign designating the after hours pickup point. Tipping is strictly prohibited. The contractor will furnish and install a No Tipping Sign. Any claims of damage or problems with vehicles will be directed to and handled by the contractor. In the event of a lost claim check vehicle owners will be referred to police for resolution. No vehicle will be released without a claim check or direction from police. The contractor will coordinate with the Patient Transport Service regarding transportation for physically handicapped beneficiaries. Other info rmation. Medical Center has an average inpatient census of 180 patients per day. The average number of outpatient visits is 3000/day. There are approximately 350-425 cars to be parked and retrieved per day. WRAMC employees, other DoD employees, contractor s, volunteers and vendors are not allowed to utilize the valet parking service, and the contractor will report any known violations to WRAMC Police by license or WRAMC parking permit number. The following Provisions and Clauses are incorporated and shall r emain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-3 Alt I Officers Rep resentations and Certification-Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest After The Award, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era and Other Eligible Veterans, FAR 52.222-41 Service Con tract Act of 1965, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, FAR 52.214-21 Descriptive Literature, FAR 52-217-8 Option to Extend Services, the contr acting Officer may exercise the option by written notice to the Contractor within 60 days. FAR 52-217-9 Option to Extend the Term of the Contract, the Government may extend the term of the contract by written notice within 60 days provided that the Governm ent give the contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The total duration of this contract will not exceed 36 months. FAR 52.237-3 Continuity of Services. FAR 52.237-1 Site Visit. DFARS 2 52.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.237-2 --Protection of Government Buildi ngs, Equipment, and Vegetation. Quotes will be evaluated in accordance FAR 13.106-2 (b)(3)(ii). Award will be made based on Contractors ability to meet aspects of statement of work, past performance, (State and /or Federal government contracts) and price . The government reserves the right to make award on the initial quote received without discussions. The Government will consider all quotes received by Janua ry 31, 2003. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register (CCR) in order to receive an award. Interested parties shall provide detailed information on proposed products, which clearly meet the requirements stated above. Response(s) may be via e-mail or on company letterhead; inc lude company?s name, point of contact, address, phone number, Duns Number, Tax ID, and Solicitation Number. Responses may be Faxed to (202) 782-0806, ATTN: Julian O. Boggan Sr., or email to julian.boggan@na.amedd.army.mil. ______________________________________________ Approved for Electronic Release via Internet SUE A. LAUGHREY Contracting Officer
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
- Zip Code: 20307-5000
- Country: US
- Zip Code: 20307-5000
- Record
- SN00244740-W 20030124/030122213640 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |