Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
DOCUMENT

V -- Temporary Parking and Shuttle Service for Jamaica Plain VAMC - Attachment

Notice Date
12/20/2011
 
Notice Type
Attachment
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24112Q0172
 
Response Due
1/13/2012
 
Archive Date
1/23/2012
 
Point of Contact
James.Cimini@va.gov
 
E-Mail Address
PURCHASING AGENT
(JAMES.CIMINI@VA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-241-12-Q-0172 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-241-12-Q-0172 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-54, 02 NOV 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 812930, and the size standard is $35.5 million dollars. (v) This requirement consists of two (2) line items: 1.Security monitored parking lots which can accommodate up to several hundred VA employee vehicles. 2.Shuttle transportation service from the lots to the Jamaica Plain VAMC. (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: 1.PURPOSE. The Department of Veterans Affairs is completing a construction project at the Jamaica Plain campus that will eliminate up to several hundred parking spaces. The construction project is expected to take up to four months to complete and may be longer depending on a number of unidentified factors. Since this will be an inconvenience for many of the Jamaica Plain campus employees the VA seeks to implement a temporary parking accommodation. 2.OBJECTIVE. The contractor shall provide all labor, equipment, supplies, services, and security, necessary to provide up to 200 parking spaces for VA employees for a period of 4 months with the start date of the lease to be determined based upon construction start date. Proposal shall also include options to extend the term of the contract for periods of up to 6 months not exceeding 4 option periods. Proposal should also include the option to extend and decrease parking spaces based on demand.The contractor must be registered with CCR. PARKING: 1. The Contractor shall initially provide up to 200 parking spaces for Boston VA employees with 100 spots at two separate locations. 2. Contractor shall provide two areas for parking within the area of delineation to provide appropriate options for personnel entering from different commuter areas (such as East/West or North/South arrangements). 3. VA employees must be able to use the lot from 6 AM - 6 PM, Monday through Friday. 4. The Contractor shall provide security on the lot during the above hours. 5. The Contractor is responsible for providing a method for verifying the space is being used by a VA employee and documenting this for invoicing. The contractor must keep a daily log of spaces used at each location such that if parking becomes unavailable at one lot, attendants shall be able to inform VA personnel whether parking is available at the secondary lot. The log must be readily available for the COTR to review for invoicing and planning purposes. 6. The VA shall have the option to request an increase, reduction or allocation in the number of spots obligated from the 100 per site arrangement. The government may exercise this option at their convenience, with a 30 day notification to the vendor and shall be authorized to request this increase option every 30 days thereafter until completion of the contract. In conjunction with data accrued from the tracking requirements stated in Note 5 and, the government may: a. Request additional spaces at one lot and maintain the original amount at the remaining lot, or request additional spaces at both lots. b. Reallocate spaces such that the 200 gross sum of spaces are maintained, but the distribution of spaces is not split even. c. Request a reduction in spaces at one lot and maintain the original amount at the remaining lot, or request a reduction in spaces at both lots. 7. VA Employees shall be allowed access to lots at presentation of valid VA identification badge. SECURITY 1.The contractor shall provide a monitored security parking lot with at least one employee available for monitoring usage. 2.The lot employees shall check valid VA identification badge prior to entrance. A Pass collection system may be employed by the Contractor, but shall not incur cost to the Government or determine access for employees. TRANSPORTATION/SHUTTLE SERVICE Contractor shall provide all labor, equipment, supplies, and service necessary to provide a shuttle transportation service operating between the off-site parking areas chosen and the Jamaica Plain VA. 1. The contractor shall provide shuttle services from between the lot and the Boston VAMC, 150 South Huntington Avenue, Jamaica Plain. 2. Shuttles must be capable of moving 40 people every 30 minutes. 3. Drivers must be fully licensed for the vehicle being used with a clean driving record; driving records shall be provided with bids. 4. Shuttles must run from 6 AM - 9 AM and 3 PM - 6 PM, Monday through Friday. 5. Shuttle operation shall be on a time schedule, and shall not be determined by number of individuals onboard. PERIOD OF PERFORMANCE. The ANTICIPATED period of performance shall be from the date of award for a 4 month period with the option to extend services for up to 6 month periods not exceeding 4 extension periods or 2 years. PLACE OF PERFORMANCE. The Contractor's work will be performed through the established parking lots and the shuttle service to the Jamaica Plain VAMC. Type of Contract. A Firm- Fixed Price Contract will be issued for this effort. Vendors are encouraged to submit a quote even if they are only capable of performing only the parking accommodation or the transportation shuttle service. This contract may be awarded to multiple vendors. PRICING. Vendors should submit pricing to reflect the number of spaces actually used or occupied at the security monitored parking lot. Vendors should also submit pricing to reflect the daily rate for the transportation shuttle service. (vii) Delivery FOB Destination to Jamaica Plain VA Medical Center, 150 South Huntington Ave, Boston, MA 02130. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement (ii)Price (iii)Past Performance (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda;52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, VAAR 852.203-70 Commercial Advertising, vAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.209-6 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.223-18, 52.232-34, (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Wednesday, December 28th, 2011 by 7:00 a.m. eastern standard time (est). Only electronic offers will be accepted; submit quotation to - James.Cimini@va.gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: Jamaica Plain VAMC 150 South Huntington Ave Boston, MA 02130 Primary Point of Contact.: James Cimini Purchasing Agent James.Cimini@va.gov Phone: 774-826-3371 Secondary Point of Contact: n/a
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112Q0172/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0172 VA241-12-Q-0172.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282844&FileName=VA241-12-Q-0172-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282844&FileName=VA241-12-Q-0172-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02642660-W 20111222/111220234538-a5d83c5b380a0aca1fa2f98b792c2206 (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 |
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.