SOLICITATION NOTICE
Y -- White Oak Parking Demand Analysis and Operantions Plan
- Notice Date
- 8/3/2009
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-09-1059207
- Archive Date
- 8/29/2009
- Point of Contact
- Jeankite L Joseph, Phone: 301-827-5095, Christopher E. Cunningham, Phone: 301-827-7185
- E-Mail Address
-
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov
(jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, FDA-SOL-09-1059207, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-35. The acquisition is set-aside for Small Business. The associated NAICS code is 541620 and small business size standard is $ 7.0 Millions. Title: White Oak parking demand analysis and operations plan. BACKGROUND: The pending master plan update, proposes 5,926 parking spaces for employees and 1,000 parking spaces for visitors. These spaces are intended to be located in five garages and a surface parking lot. The parking space allocation will be phased in progressively and proportionately as more personnel are moved to the site. DESCRIPTION OF WORK: The contractor shall perform the following tasks. Analyze and summarize all guiding documentation with regard to physical location of parking, construction schedule, and allocation of parking as determined by the site master plan, Federal Regulation with regard to assignment of parking, pending Transportation Management Plan, internal policies and agreements that FDA holds with the its employee union, and current established procedures for parking assignments at White Oak. Establish programmatic objectives for a parking assignment program with the goal of efficiency of management and assignment of parking spaces which provides the optimum use of the spaces as developed over the construction duration of the project. Establish operational plan that makes recommendations for technology and contractor support to provide for an efficient, state-of-the-art parking system that will allow for parking controls coordinated with FDA security systems to allow entry onto the site and into the garages. Physical and equipment improvements for the garages and surface parking lots, including curb and striping plans, access systems, signs and parking space finding systems. Recommendations should provide an order of magnitude estimate to make the improvements. Develop a draft scope of work, including a cost estimate, with the intention of acquiring the services of a parking operations vendor to manage all aspects of parking permit issuance, access and control of both visitor and employee parking. DELIVERABLES: Analysis and summary of present and future status of parking at the White Oak site including documentation in concise summary format of all guiding plans, agreements, procedures, regulations and policies and including an explanation of parking conditions as established by the pending Master Plan. The Contractor shall recommend: Operations Plan that comprehensively and specifically describe recommended operating procedures, presented in the form of up to three options with an analysis of advantages and disadvantages of each option. As an example options may include staffing by Federal personnel, staffing by vendor personnel or a hybrid thereof. Recommended physical and equipment enhancements to implement an operating plan including an order of magnitude estimate for each recommended enhancement. Recommendations shall include detailed drawings and equipment specifications. Draft Scope of Work and estimate to have parking operations vendor manage parking at the White Oak site for a base contract year and four option years. Loaded Labor Hr. Rate ($0.00) Analysis & Programmatic Objectives Recommended Operations plan + Option Recommended physical & equipment enhancement Draft scope of work & Estimate Total Cost ($0.00) NO. OF HOURS FOR THE FOLLOWING LABOR CATEGORY: Principal Transportation Consultant(No. Hours) Principal Parking Consultant (No. Hours) Project Manager (No. Hours) Transportation Parking Planner (No. Hours) Parking Operations Technical Expert (No. Hours) Document Editor (No. Hours) Technician CAD and Graphics (No. Hours) OTHER DIRECT COST (No. Hours) Printing and Copying (No. Hours) Transportation & Travel (No. Hours) Period of Performance: Contractor shall provide a draft of all deliverables by 09/07/2009 Contractor shall provide all final deliverables by 10/05/2009. Location: 10903 New Hampshire Avenue, Building WO66, Silver Spring, MD 20993 Evaluation Criteria: Award will be made to the offeror who is deemed most responsive, whose proposal conforms to all requirements, and is judged to represent the best value. To conduct a best value assessment, FDA will evaluate the offerors proposal submission based on Technical Elements, Price as described below. As this is a best-value selection, the government may make tradeoffs in the factors below to arrive at a best value decision. Technical Approach: The Offeror shall, through a detailed technical proposal, be able to thoroughly explain the product the Government is seeking to obtain through this requirement. The Offeror, through its proposal, shall explain how it intends to provide the requested services within the given time frame and in the most efficient and cost- productive manner. The Offeror must also show in its proposal the efforts required by the Government in order for the contractor to complete this task. Offerors must demonstrate that their share of savings reflects the risks involved and market conditions. Price: FDA will evaluate the offeror's submission/proposal on their ability to provide support at a reasonable and realistic price (to include any discounts offered). OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (JUL 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Mar. 2009), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Jun. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep. 2006), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Technical Proposal shall be no more than 25 pages. Award will be made to the offeror providing best value to the Government in consideration of cost and technical proposal. The Contract Specialist must receive any questions no later than August 06, 2009. An original and 3 copy of the offerors cost and technical proposal shall be received on or before 3:00 P.M. local time, August 14, 2009 at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1059207/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Avenue, Building WO66, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01897402-W 20090805/090804000036-1ba61e1aa5447e6af8d405006e13bd6f (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 |