Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

X -- Parking Lot/Parking Facility

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs; Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25610RP0450
 
Response Due
9/10/2010
 
Archive Date
9/20/2010
 
Point of Contact
Beverly Kimball
 
E-Mail Address
Contract Specialist
(beverly.kimball@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Oklahoma City Department of Veterans Affairs seeks to lease parking space within a three block radius of the metropolitan Oklahoma City area. Parking space can be combined with class 'A' contiguous office space to include the entire 444 parking spaces or any configuration thereof. Delineated Area - The proposed space must be located within the following delineated area: East of Lincoln Blvd. West of Kelly North of I-40 South of I-44 Term - The proposed lease is for five (5) year fixed base term and should be fully serviced. Contractor must be willing to extend an additional five (5) one (1) year options at the discretion of the government. Occupancy - Space must be ready for occupancy no later than October 1, 2010. Submission Requirements - Expressions of interest must be submitted in writing and should include the following information at minimum: o The parking lot space and/or parking facility building name and address or address and locations for sites, if applicable. o The legal property description, recent survey, and property identification numbers (PIN). o The location of parking lot/parking facility (if available) and the date it will be available. o The name, address, telephone number and email address of the authorized contact. o In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission. Brokers or legal representatives submitting property must show written acknowledgement and permission to represent the property. Property owners and developers must provide written proof of ownership or control of property at the time of submission of initial bids. Preference will be given to those offerors who can provide a parking plan. o Any site should have the ability (at Offeror's sole expense) to become a separate tax parcel for tax assessments. Property taxes must be paid by the Lessor. The offered space must meet Government requirements for Fire and Safety and Handicapped Accessibility. Consideration shall be based on the area profile, location and proposed security precautions if the location would be utilized. All modifications shall be provided by the successful offeror in conformance with VA specifications. ADDITIONAL REQUIREMENTS - PARKING SPACE Space must accommodate the required amount of appropriately located parking in any configuration with appropriate vehicular circulation, vehicle access and entry, safe ways of passage for pedestrians, lighting, a minimum of two (2) bus shelters, and fencing. Each shelter structures shall comply with specifications suitable to Project Manager and Contracting Officer. Locations for these shelters will be coordinated prior to installation Topography shall be without steep grades and shall not be affected by the 100-year flood plain, rock outcroppings, or adverse subsurface conditions. Be free of environmental hazards or restrictions. Provide prominent visibility of the facility from major public thoroughfares. Main ingress/egress for on-site pedestrian and vehicular circulation shall be easily accessible from major public thoroughfares. On-site vehicle parking spaces, paved and striped, must be provided for use by patients, staff and official Government vehicles, and must be included as part of the rental consideration. Of these, the legal requirement for provision of handicapped spacing must be provided immediately adjacent to the parking lots' main entrances or close to the bus shelters Pedestrian routes, complying with accessibility criteria, shall be provided from public streets and public transportation stops to public entries. The lease will be awarded to the Offeror whose offer represents the best value to the Government, price and other factors considered. An award will be made based on a comparative assessment of proposals against all selection criteria in the Solicitation ACCESSIBILITY STANDARDS: The design, construction, and alteration of facilities shall comply with all Federal, State, and local Building Codes and ordinances, as well as the requirements contained in the Uniform Federal Accessibility Standards (UFAS), American with Disabilities Act Standards for Accessible Design (28 CFR Part 36), and VA Barrier Free Design Guide (PG-18-13). The Offeror shall comply with the stricter of these standards for each requirement. EVALUATION CRITERIA: The Government will give consideration only to those offers that fully meet the requirements contained in these publications The technical quality factor includes the quality of the parking area, site development, and or the design concept. The Offeror is required to submit a detailed design concept narrative that addresses this factor and all of its sub-factors. The following evaluation criteria will consider the adequacy and efficiency of the proposed Operations and Maintenance Plan to maintain standards of cleanliness, orderliness, and repair for the entire proposed parking areas. Each sub-factor must be addressed in narrative or chart format. The Plan will be evaluated as a whole and must address at a minimum: Maintenance of Parking Area and Grounds, Routine and Emergency Calls -Procedures and Response Times, Staffing Plan, Administrative Procedures, and Quality Control Plan. Past Performance: Include the following information for each contract and subcontract performed by the Offeror and key personnel during the past three (3) years, as well as those contracts and subcontracts currently in progress. A separate record must be completed for each contract and subcontract. A Past Performance Survey shall include the following: Name and Address of Contracting Activity Contract Number Type of Contract Total Contract Amount and Status Date of Award and Date of Completion Description and Location of Contract Work List of Major Subcontractors Contracting Officer or Individual Responsible for Signing Contract and Telephone/FAX Numbers Project Manager and Telephone/FAX Numbers Resident Engineer/Contracting Officer's Technical Representative or Construction Supervisor and Telephone/FAX Numbers Administrative Contracting Officer or Individual Responsible for Administering the Contract (if different from Contracting Officer above) and Telephone/FAX Numbers The Offeror must provide examples of past performance and experience, as a prime contractor, in successfully maintaining parking area facilities comparable in size and complexity to the one described in this Solicitation. Consideration will be given to: Timeliness of Performance; Cost Control; Effective Management; Customer Satisfaction; Quality Awards; and, The Technical Success of the Project. The Offeror must also provide a list of references for the Offeror, key personnel. References may be business, financial, and/or personal, and may include letters of recommendation or commendation, awards or certifications that indicate Offeror possesses a high quality process for developing and providing the final project or service. *NOTE* In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Zoning Requirements: Provide evidence of compliance with local zoning laws or evidence of variance, if any, approved by the proper local authority. At the discretion of the Contracting Officer, other forms of documentation demonstrating the probability of receiving such variances may be acceptable. Control Of Property: Provide documentation proving evidence of ownership or control of the site. Ownership or control must, at a minimum, be retained until the Government makes an award. Documentation that constitutes evidence of control includes, but is not limited to: An Option To Purchase; A Sales Contract; A Fee Simple Deed; or An Option To Lease Property For Longer Than the Duration of the Lease Term Including All Renewal Options. COMMUNICATIONS WITH OFFERORS: VA may initiate action to award a contract at any point after review of the initial offers. Therefore, offers should reflect the Offeror's best terms both from a technical and cost standpoint. After receipt and evaluation of initial proposals, the Contracting Officer may communicate with Offerors to establish the competitive range. Communications shall be limited to Offerors: Whose past performance information is the determining factor preventing them from being placed within the competitive range, or whose exclusion from, or inclusion in, the competitive range is uncertain. The solicitation due date is on Friday, September 10, 2010 All interested parties must submit a request for the solicitation in writing to the attention of Beverly Kimball at the address provided above or request can be made through email at Beverly.Kimball@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25610RP0450/listing.html)
 
Place of Performance
Address: Oklahoma City VA Medical Center;921 NE 13th Street;Oklahoma City, OK
Zip Code: 73104
 
Record
SN02244329-W 20100819/100818000342-53a960773ed0ca052427ce98b33d3dc8 (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  © 1994-2020, Loren Data Corp.