Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
DOCUMENT

X -- Parking for 201 Spaces - Attachment

Notice Date
1/9/2015
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25815R0021
 
Response Due
1/23/2015
 
Archive Date
4/23/2015
 
Point of Contact
Jeanine Gutierrez
 
E-Mail Address
6-7920<br
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT LEASE FOR REAL PROPERTY (Short Form ) LEASE NUMBER VA258-15-R-0021 PART I - SOLICITATION/DESCRIPTION OF REQUIREMENTS (To be completed by Government) A.REQUIREMENTS 2. The Government of the United States of America is seeking to lease 201 parking spaces, located within or adjacent of the following delineated area: North: McDowell Rd. South: Bethany Home Rd East: N. 19th Ave West: N. 24th St. For occupancy no later than February 28, 2015 for a term no later than February 27, 2020 3. INITIAL OFFERS ARE DUE ON OR BEFORE CLOSE OF BUSINESS January 23, 2015. B.STANDARD CONDITIONS AND REQUIREMENTS 4.The following standard conditions and requirements shall apply to any premises offered for lease to the UNITED STATES OF AMERICA (the GOVERNMENT): a.Space offered must be in a quality building or on land of sound and substantial construction meeting the Government's requirements for the intended use. b.The Lessor shall provide floor plans for the offered space and a valid Certificate of Occupancy for the intended use of the Government and shall meet, maintain, and operate the space in conformance with all applicable current (as of the date of this solicitation) codes and ordinances. If space is offered in a building to be constructed for lease to the Government, the building must be in compliance with the most recent edition of the building code, fire code, and ordinances adopted by the jurisdiction in which the building is located. c.Offered space shall meet or be upgraded to meet the applicable egress requirements in National Fire Protection Association (NFPA) 101, Life Safety Code or an alternative approach or method for achieving a level of safety deemed equivalent and acceptable by the Government. Offered space located below-grade, including parking garage areas, and all areas referred to as "hazardous areas" (defined in NFPA 101) within the entire building (including non-Government areas), shall be protected by an automatic sprinkler system or an equivalent level of safety. Additional automatic fire sprinkler requirements will apply when offered space is located on or above the 6 th floor. Unrestricted access to a minimum of two remote exits shall be provided on each floor of Government occupancy. Scissor stairs shall be counted as only one approved exit. Open-air exterior fire escapes will not be counted as an approved exit. Additional fire alarm system requirements will apply w hen offered space is located 2 or more stories in height above the lowest level of exit discharge. d.The Building or property of the leased space shall be accessible to persons with disabilities in accordance with appendices C and D of 36 CFR Part 1191 (ABA Chapters 1 and 2 and Chapters 3 through 10 of the ADA-ABA Accessibility Guidelines). e.The leased space shall be free of all asbestos containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pipe insulation outside the space, in which case an asbestos management program conforming to Environmental Protection Agency guidance shall be implemented. The space shall be free of other hazardous materials and in compliance with applicable Federal, State, and local environmental laws and regulations. f. Services, utilities, and maintenance will be readily available 24 hours daily, 7 days a week or Monday through Friday 6:00am -6:00pm (Please see below Instructions to Offerors- Factor 1; Sub-factor 3, for details) g. The Offeror must have an active registration in the System for Award Management (SAM) System (via the Internet at http://www.sam.gov ) prior to lease award and throughout the life of the lease. To remain active, the Lessor must update or renew its registration annually. The Government will not process rent payments to Lessors without an active SAM registration. The Government will recognize no change of ownership of the leased premises until the new owner registers in the SAM system. 5.SERVICES AND UTILITIES (To be provided by Lessor as part of rent) HEAT ELECTRICITY POWER (Special Equip.) WATER (Hot & Cold) SNOW REMOVAL TRASH REMOVAL CHILLED DRINKING WATER AIR CONDITIONING TOILET SUPPLIES JANITORIAL SERV. & SUPP. ELEVATOR SERVICE WINDOW WASHING Frequency CARPET CLEANING Frequency INITIAL & REPLACEMENT LAMPS, TUBES & BALLASTS PAINTING FREQUENCY Space Public Areas OTHER (Specify below) Paint Stripe Parking Spaces 6.OTHER REQUIREMENTS THIS LEASE AGREEMENT INCOPORATES THE FOLLOWING TERMS AND CONDITIONS: a.General Requirements b.GSA Form 3517A-General Clauses (Short Form) c.GSA Form 3518A-Representations and Certifications (Short Form) d.Offerors should also include the following with their offers: 7. NOTE: All offers are subject to the terms and conditions outlined above, and elsewhere in this solicitation, including the Government's General Clauses and Representations and Certifications. 8.BASIS OF AWARD THE ACCEPTABLE OFFER WITH THE LOWEST PRICE PER SQUARE FOOT, ACCORDING TO THE ANSI/BOMA Z65.1-1996 DEFINITION FOR BOMA USABLE OFFICE AREA, WHICH MEANS "THE AREA WHERE A TENANT NORMALLY HOUSES PERSONNEL AND/OR FURNITURE, FOR WHICH A MEASUREMENT IS TO BE COMPUTED." OFFER MOST ADVANTAGEOUS TO THE GOVERNMENT, WITH THE FOLLOWING EVALUATION FACTORS BEING SIGNIFICANTLY MORE IMPORTANT THAN PRICE APPROXIMATELY EQUAL TO PRICE SIGNIFICANTLY LESS IMPORTANT THAN PRICE (Listed in descending order, unless stated otherwise): GENERAL SERVICES ADMINISTRATIONGSA FORM 3626 (REV. 4/2009) Page 1 of 2Prescribed by APD 2800.12A PART II - OFFER (To be completed by Offeror/Owner and remain open until lease award) A.LOCATION AND DESCRIPTION OF PREMISES OFFERED FOR LEASE BY GOVERNMENT 1. NAME AND ADDRESS OF BUILDING (Include ZIP Code)2. LOCATION(S) IN BUILDING a. FLOOR(S)b. ROOM NUMBER(S) c. SQ. FT. RENTABLE ABOA Common Area Factord. TYPE GENERAL OFFICEOTHER (Specify) WAREHOUSE B.TERM 3.To have and to hold, for the term commencing onand continuing through inclusive. The Government may terminate this lease in whole or in part at any time on or after, by giving at leastdays notice in writing to the Lessor. No rental shall accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. C.RENTAL 4.Rent shall be payable in arrears and will be due on the first workday of each month. When the date for commencement of the lease falls after the 15th day of the month, the initial rental payment shall be due on the first workday of the second month following the commencement date. Rent for a period of less than a month shall be prorated. 5. AMOUNT OF ANNUAL RENT7. HVAC OVERTIME RATE PER HOUR8. ELECTRONIC FUNDS TRANSFER PAYMENT SHALL BE MADE TO (Name and Address) 6. RATE PER MONTH 9a. NAME AND ADDRESS OF OWNER (Include ZIP code. If requested by the Government and the owner is a partnership or joint venture, list all General Partners, using a separate sheet, if necessary.) 9b. TELEPHONE NUMBER OF OWNER10. TYPE OF INTEREST IN PROPERTY OF PERSON SIGNING OWNERAUTHORIZED AGENTOTHER (Specify) 11a. NAME OF OWNER OR AUTHORIZED AGENT (Type or Print)11b. TITLE OF PERSON SIGNING 11c. SIGNATURE OF OWNER OR AUTHORIZED AGENT11d. DATE PART III - AWARD (To be completed by Government) 1. Your offer is hereby accepted. This award consummates the lease which consists of the following attached documents: (a) this GSA Form 3626, (b) Representations and Certifications, (c) the Government's General Clauses, and (d) the following changes or additions made or agreed to by you: 2. THIS DOCUMENT IS NOT BINDING ON THE GOVERNMENT OF THE UNITED STATES OF AMERICA UNLESS SIGNED BELOW BY AUTHORIZED CONTRACTING OFFICER. 3a. NAME OF CONTRACTING OFFICER (Type or Print)3b. SIGNATURE OF CONTRACTING OFFICER3c. DATE GENERAL SERVICES ADMINISTRATION GSA FORM 3626 (REV. 4/2009) Page 2 of 2 Prescribed by APD 2800.12A Statement of Work Parking Lease (200 and 201 Spaces) 1.0Overview 1.1The Phoenix VA Health Care System (PVAHCS) is looking to lease parking spaces to support the current and projected growth of patient care within the facility. A recent parking analysis indicated that PVHCS has a deficit of over 500 parking spaces. PVHCS has requested and been approved to construct a parking facility that will temporarily eliminate 100 parking spaces at the main facility. To combat this shortage of parking, the facility is looking for two separate properties with 200 and 201 parking spaces within 2 miles of the main facility located at 650 E. Indian School Road, Phoenix, Arizona 85012-1892. 2.0 Description of work to be performed 2.1 The contractor will provide a vacant property that may be used to park vehicles. The space should be able to provide parking for a minimum of 201 vehicles. Based on a typical parking space of 9' x 20' per space, the net parking area is 36,000 SF. Using an estimated configuration for the parking area, a gross area load factor of 55% is applied to the net area, indicating that the gross area of the property should be approximately 75,600 SF to accommodate the necessary parking. 2.2 The space is required to have a maximum cross slope of 2% (2' elevation change over a 100' span) to ensure accessibility for disabled users. The space must also be assured of positive rainfall drainage, ensuring that no standing water will accumulate in the parking area. 2.3 The space must also be capable of being modified by the lease tenant to enable clear parking designation, ensure safe pedestrian movement, and ensure safety for entering and exiting the property. The lease tenant shall be permitted to modify the property by providing asphalt coverage, curbing, paint striping and other safety/traffic control parameters, as necessary. The property owner shall determine at the onset of the lease if restoration to original condition by the lease tenant will be required upon termination of the lease. 2.4 Patients, employees, contractors, visitors, etc. of PVAHCS will be the only individuals permitted to park in the designated space. 2.5 Space will be readily available 24 hours daily, 7 days a week, or Monday through Friday 6:00am -6:00pm. (Please see below Instructions to Offerors- Factor 1; Sub-factor 3, for details) 2.6 Provisions will need to be included to accommodate shuttle services to and from the property. These provisions will include space for up to four designated pick-up points, space for signage guiding individuals to the pick-up points, and space for a covered waiting area at each pick-up point to accommodate shuttle riders in the case of inclement weather. The VA will provide the signage and covered bench for seating. 3.0 Location of work 3.1 The space offered shall be located within close proximity (2 mile radius from 7th Street and Indian School Road) to the PVAHCS main campus. South of: Bethany Home Road North of: McDowell Road East of: N. 19th Avenue West of: N. 24th Street 4.0 Period of performance 4.1 Five (5) years firm with termination rights, in whole or in part at any time by giving at least ninety (90) days written notice to the Lessor for any reason, or no reason whatsoever. The effective date of such termination shall be the first calendar day occurring after such ninety (90) days. If this contract is terminated, the Government shall be liable for rent payments due and owing to the Lessor prior to, but not including, the effective date of termination, and any unpaid tenant improvement costs identified in the Lease. 5.0 Any special requirements (e.g. security clearances, travel, special knowledge) 5.1 PVAHCS will provide adequate security and will be allowed access to monitor the leased area. Lessor will furnish a controlled space to facilitate and maintain the security of the parked vehicles. Lessor will not be responsible for damage theft or vandalism of automobiles. 5.2 No deviations will be accepted. ** Instructions to Offerors** Evaluation Factors for Award I. Basis of Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price. This award selection will be conducted using the procedures (as specified herein) from the policies and procedures contained in the Federal Acquisition Regulation (FAR) 15.1. Specifically, FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the Offeror who is deemed responsible and responsive that reflects a complete understanding of the Statement of Work for the Request for Proposal. Award will be made to the technically acceptable offer with the lowest evaluated price. The Government reserves the right to refrain from awarding to any contractor in the event that all Offerors progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not considered realistic, reasonable, or complete. To arrive at an award decision, the Contracting Officer (C.O.) will integrate the Technical Evaluation Board results based on the factors described in the paragraphs that follow. The factors are the uniform baseline against which each Offeror's proposal is compared, to determine that the offeror will be able to satisfactorily complete the work. They establish the level an Offeror's proposal must meet in any area, factor, sub-factor, or element in order to be judged acceptable. To be eligible for award, a proposal must meet all technical requirements, conform to all required terms and conditions, and include all information required. The proposals will be evaluated on the basis of the evaluation factors listed below. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those contractors determined to be technically acceptable will be evaluated on price. The following areas will be evaluated: "Technical - (acceptable/unacceptable) "Price - Total price reasonableness and completeness a.TECHNICAL ACCEPTABILITY Technical Acceptability will be evaluated on an acceptable/unacceptable basis. The Technical Evaluation Team will rate the proposals according to the chart listed below: DEFINITIONRATING Passes (or meets) minimum standard requirementsAcceptable/Pass Factor 1 - TECHNICAL CAPABILITY The Standard is met when: The contractor submits a technical proposal which contains: Sub-factor 1 - Provide 201 parking spaces: "Ability to provide 201 parking spaces Sub-factor 2 - Delineated Area: "Ability to provide a space within the delineated area: North: McDowell Rd.; South: Bethany Home Rd.; East: N. 19th St.; West: N. 24th St. Sub-factor 3 - Availability of hours; provide space for shuttle service pick up points, signage, and covered waiting areas. "The VA is requesting two different options for hours of operations. Please provide pricing for both options. "Option 1: Ability to provide hours of operations of 24 hours a day/ 7 days a week; provide property necessary to accommodate shuttle services to and from the property; space for up to four designated pick-up points (depending on the property), space for signage guiding individuals to the pick-up points, and space for covered waiting area at each pick-up point to accommodate shuttle riders in the case of inclement weather. Amount of Annual Rent: $________________________________ Rate Per Month: $_______________________________ "Option 2: Ability to provide hours of operations of Monday-Friday, 6:00am- 6:00pm; provide property necessary to accommodate shuttle services to and from the property; space for up to four designated pick-up points (depending on the property), space for signage guiding individuals to the pick-up points, and space for covered waiting area at each pick-up point to accommodate shuttle riders in the case of inclement weather. Amount of Annual Rent: $________________________________ Rate Per Month: $_______________________________ If a contractor's technical proposal is determined to be unacceptable, the offeror will be excluded from further consideration and will not be considered for award. b.PRICE 1.Upon completion of evaluation of technical capability, those offerors who are rated as acceptable in all factors will be ranked by price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25815R0021/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-15-R-0021 VA258-15-R-0021_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1805724&FileName=VA258-15-R-0021-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1805724&FileName=VA258-15-R-0021-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03613048-W 20150111/150109234609-8ff7453edc67ac15335633efb58e0106 (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.