Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SPECIAL NOTICE

X -- National Cancer Institute (NCI) at Shady Grove Parking Garage

Notice Date
11/13/2020 10:36:08 AM
 
Notice Type
Special Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91021Q00002
 
Response Due
11/23/2020 11:00:00 AM
 
Archive Date
12/08/2020
 
Point of Contact
Adam Hernandez, Phone: (240) 276-5633
 
E-Mail Address
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
 
Description
The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Space and Facility Management (OSFM) intends to procure, on a sole source basis, the rental and maintenance of 1963 parking spaces and 10 motorcycle spaces in a parking garage structure located at the NCI Shady Grove Campus, 9613 Medical Center Drive, Rockville, MD 20895. The proposed sole source Contractor is USGBF NCI, LLC, 9830 Colonnade Blvd, Ste 600, San Antonio, TX, 78230-2209, United States. The response close date of the notice for this requirement is in accordance with FAR 5.203(b). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(2); and is exempt from the requirements of FAR Part 6. The North American Industry Classification System (NAICS) code is 531120 and the business size standard is $41.5 million. 1.0 BACKGROUND In December 2012, an estimate of 2500 NCI employees were relocated to the Shady Grove campus building at 9609 Medical Center Drive, Rockville, MD. The building has an adjacent parking garage located at 9613 Medical Center Drive that consists of 1963 vehicle parking spaces and 10 motorcycle spaces for NCI employees and visitors. In Fiscal Year 2012, the Program Support Center (PSC) within the U.S. Department of Health and Human Services (DHHS) awarded contract number HHSP233201000122A for the use of the parking garage through 02/06/2023. However, in Fiscal Year 2020, the Office of Space and Facility Management (OSFM) within the National Institutes of Health (NIH), National Cancer Institute (NCI) was notified that PSC is no longer able to administer the contract and therefore the final two option years will not be exercised. The current requirement is for one 12-month base period plus one 12-month option period to ensure continued use of the parking garage through 02/06/2023. The period of performance for the parking garage coincides with the Shady Grove building lease at 9609 Medical Center Drive. The parking garage will also support an estimated 125 NCI employees at the Consolidated Research Laboratory (CRL) building which is currently under construction on the Shady Grove campus at 9615 Medical Center Drive. 2.0 SCOPE OSFM requires the rental and maintenance of 1963 parking spaces and 10 motorcycle spaces in a parking garage structure located at the NCI Shady Grove Campus for the exclusive use of NCI employees and approved NCI visitors. The Contractor shall ensure that the parking facility has space to safely pick-up and discharge passengers in motor vehicles, vanpools, and shuttles. Included within the 1963 parking spaces, the Contractor shall provide standard, handicap, electric/hybrid, and oversized spaces according to the specifications found in Section 3.0 below. The Contractor shall provide the necessary labor, supervision, materials, supplies, and equipment to provide parking operation services, including, monitoring parking areas and garage maintenance. There shall be no Satellite Parking within the garage (non-NCI employees shall not utilize the parking garage to commute to their final duty station). Visitors shall be allowed to park in any unassigned parking space. 3.0 PURCHASE ORDER REQUIREMENTS 3.1 PARKING SPACE SPECIFICATIONS 3.1.1 STANDARD SIZE SPACES Each standard size perpendicular parking space shall be rectangular, having minimum dimensions of 8.5 feet by 18 feet.� A perpendicular parking space is defined as one in which the long side of the space is a straight line that intersects the travel lane and curb at a right angle per Montgomery County code standard 59-E-2.23 (https://www.montgomerycountymd.gov/DOT-Parking/Resources/Files/Article59-E.pdf). 3.1.2 HANDICAP SPACES Included within the 1963 vehicle parking spaces, the Contractor shall provide the required amount of 20 Handicapped spaces per Montgomery County code standard 59-E-2.23 (https://www.montgomerycountymd.gov/DOT-Parking/Resources/Files/Article59-E.pdf). 3.1.3 ELECTRIC/HYBRID SPACES Included within the 1963 vehicle parking spaces, the Contractor shall provide the required amount of 20 dedicated 110v, 20-amp receptacles to accommodate alternative fuel vehicles. 3.1.4 OVERSIZED SPACES Included within the 1963 vehicle parking spaces, 100 spaces shall be provided with a minimum height clearance of 7�-0�at a standard minimum size of 9x18, 20 of which shall be 12x20 to accommodate oversized vehicles. 3.2�GARAGE MANAGEMENT AND OPERATIONS The Contractor shall be responsible for the management of the NCI parking facility and shall provide the necessary labor, supervision, materials, supplies, and equipment to provide parking operation services, including, monitoring parking areas and garage maintenance on all levels of the facility. The Contractor shall conduct overall management coordination and shall be the central point of contact with the Government for performance of all work. 3.2.1�HOURS OF OPERATION The Contractor shall provide the Government the right to use the entire parking garage including all 1963 vehicle parking spaces and 10 motorcycle spaces 24 hours daily, 365 days per year. The Contractor shall provide coverage for the Parking Garage from the �Business Hours� of 7:00 a.m. to 6:00 p.m. ET, Monday through Friday, excluding legal Federal holidays, as necessary. If NCI requires additional hours of coverage, the costs of said coverage shall be borne by NCI. Outside of Business Hours, Government Security Guards will permit access to authorized vehicles, monitor, and provide surveillance to the Garage. Access to the parking facility before or after Business Hours shall be made available with a valid access Personal Identification Verification (PIV) card and/or parking permit. 3.2.2�FEDERAL HOLIDAYS All Government offices will be closed, except for minimum essential personnel required for in-house operations, during the ten standard Federal holidays and other days as announced by the Federal Government. Except as otherwise specified, the Contractor shall not schedule routine work on Federal holidays. When such holidays fall on a Saturday, the preceding Friday will be considered a holiday. When such holidays fall on a Sunday, the succeeding Monday will be considered a holiday. No services or deliveries shall be performed on Saturdays, Sundays or Federal holidays listed below: Holiday����������������������������������������������� Day Observed New Year�s Day���������������������������������� First day of January Martin Luther King Jr. Birthday��������� Third Monday of January Presidents Day����������������������������������� Third Monday of February Memorial Day������������������������������������ Last Monday of May Independence Day ���������������������������� Fourth day of July Labor Day������������������������������������������� First Monday of September Columbus Day ����������������������������������� Second Monday of October Veterans Day������������������������������������� 11th day of November����������� Thanksgiving Day������������������������������� Fourth Thursday of November Christmas Day������������������������������������ 25th day of December 3.2.3�EMREGENCY WORK CLOSURES When any unforeseen emergency arises resulting in closure of the facility or curtailment of routine work activities occurs on a regularly scheduled workday and affects the Contactor�s scheduled operations, the Government will make announcements of closures in the following manner: during normal duty hours, the Government will provide notification; during non-duty hours, notification will be made through local radio, television channels and online at www. OPM.gov. 3.2.4 MAINTENANCE The Contractor shall provide daily cleaning of all levels of the parking facility. The Contractor shall provide re-paving, steam-cleaning, leaf removal, damage removal (i.e., broken pavement), pot-hole repair, structural repair, damaged lighting, restriping, surface repairs, and water leaks as needed. The Contractor shall properly maintain ingress and egress to the parking garage and the parking spaces, the interior parking garage and parking spaces, and to keep said parking garage and parking spaces and any related ramps and sidewalks free of snow, ice and other debris. Snow, ice, and other debris shall be cleared within a reasonable period and kept clear during Business Hours. The Contractor shall ensure that parking spaces have visibly painted lines and shall paint over with black paint, any painted lines which are occasionally relocated. The Contractor shall ensure that the parking facility has proper lighting and maintenance in accordance with Life Safety Code. The Contractor shall provide and maintain electrical power to the Governments Access Control System and Video Surveillance System installed within the facility. 3.2.5 SIGNAGE The Contractor shall provide applicable signage required by local zoning for proper operation of the parking garage. The Contractor shall provide stop signs, yield signs, or any other directional signs necessary for clear and understandable navigation of the parking garage. The Government at its sole cost, may install additional signs, after receiving written approved by the Contractor. These signs will be the sole responsibility of the Government. 3.3 PERSONNEL QUALIFICATIONS The Contractor must always provide adequate staff to perform the essential duties inherent to a successful parking service operation, during the days/hours of operation specified in section 4.2 above. The Contractor�s personnel shall be fully trained and shall meet the physical requirements to perform the function(s) and task(s) to which they are assigned. The Contractor�s personnel shall be sober and drug free, conscientious, and neat. The Contractor�s personnel shall exhibit a neat clean appearance; a well-spoken manner; ability to work as a member of a team; and interact with parking patrons in a professional and courteous manner consistent with generally accepted commercial standards of performance. The Contractor�s personnel shall be in uniform to identify parking staff to NCI employees. If required, all Contractor employees shall provide to the Government a completed Standard Form 85P, Questionnaire for Public Trust Positions, electronically as directed by the Government; prior to the employees start date. The Contractor employee shall report to the Government to be fingerprinted. The Government will review all information submitted, perform a preliminary security check, and issue a Government badge (to be displayed at all times) to each employee after favorable adjudication of the results of the fingerprint check and a review of all information submitted. At the Government�s election, a completed background investigation and a favorable suitability determination by the Government may be a requirement of employment. Foreign Nationals as Contractor Employees, Each employee of the Contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted� for permanent residence as evidenced by Alien Registration Receipt Card form I-151, or who presents other evidence from the U.S. Citizenship and Immigration Services that employment will not affect his/her immigration status. 3.4�GOVERNMENT FURNISHED EQUIPTMENT The Government may make available to the Contractor, certain Government Furnished Equipment (GFE) for use in performing work specified in this contract. The Contractor shall not use GFE for any other work unless prior authorization is received from the Government.� The Government will provide the Contractor certain �office-related� equipment. The equipment shall be returned to the Government in the same working order and condition, less normal wear, and tear, as issued. GFE includes the necessary equipment and furnishings the Government deems necessary to perform the tasks shown in the SOW. The Government will maintain the GFE and will provide access to all equipment manuals for provided equipment. Any anticipated use of Government furnished telecommunications and/or information systems and or access to Government telecommunications rooms or closets must be identified and agreed to in writing by the Government. If specific use of such equipment is not identified in this agreement it is assumed that the contractor can perform the services provided under this agreement without use of equipment.� Any approved use of Government furnished telecommunications and information systems and equipment (including telephones, fax machines, computers, modems, networks, Internet, and other installed software) shall be used for transaction of Government official business only. Government telecommunications and information systems are always subject to security monitoring. Use of these systems constitutes consent to security monitoring. 3.5�IDEMNITY AND INSURANCE The Contractor shall maintain proper insurance and ensure that its license to operate a parking management company complies with state and federal regulations. The Contractor shall be responsible for considering and resolving claims resulting from the performance of this contract.� The Contractor shall hold harmless and indemnify the Federal Government against any and all claims and cost of any kind and nature, for any loss and/or liability arising from damage to property and/or personal injury to NCI employees and/or guests to the extent based on the gross negligence or intentional misconduct of the contractor or its employees incident to its performance under this contract. The Federal Government shall hold harmless and indemnify the Contractor against any and all claims and cost of any kind and nature, for any loss and/or liability arising from damage to property and/or personal injury to Contractor or its employees and/or agents to the extent based on the gross negligence or intentional misconduct of the Federal Government�s employees, agents or representatives. Any damage caused by other cars or any stolen property is the responsibility of the Government employee and not the Contractor. 4.0�TYPE OF ORDER This is a firm fixed price purchase order for severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. 5.0�PERIOD OF PERFORMANCE The period of performance shall be for one 12-month base period plus one 12-month option period as follows: Base Period: �������������� 02/07/2021 - 02/06/2022 Option Period One: ��� 02/07/2022 - 02/06/2023 6.0�PLACE OF PERFORMANCE NCI Shady Grove Campus 9613 Medical Center Dr Rockville, MD 20850 7.0�UNIQUE QUALIFICATIONS OF THE CONTRACTOR This acquisition is for the continued use of the parking garage located at the NCI Shady Grove campus for the exclusive use of NCI employees and approved NCI visitors. USGBF NCI, LLC is the sole lessor that operates and provides the required parking spaces and maintenance. The garage was designed and built specifically for the use of the tenants at 9609 Medical Center Drive and is the only parking structure within walking distance of the building. There is no other lessor within a reasonable radius of NCI Shady Grove Building that could provide the required parking services. 8.0�RESPONSE INSTRUCTIONS This notice is not a request for competitive quotations. However, if any interested party, especially a small business, believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in enough detail to allow NCI to determine if the party can perform the requirement. All responses and questions must be submitted via email to Adam Hernandez, Contract Specialist at adam.hernandez@nih.gov. Responses are due no later than 2:00 P.M. ET Monday, November 23, 2020 (11/23/2020). A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct a competitive procurement. To receive an award, Contractors must be registered and have valid certification in the System for Award Management (SAM) through SAM.gov, and have Representations and Certifications filled out. Reference 75N91021Q00002 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f74c6040139461eb378631e5a4fe245/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05852482-F 20201115/201113230138 (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 |
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.