Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
DOCUMENT

X -- Parking Lot and Shuttle Services - Attachment

Notice Date
3/12/2012
 
Notice Type
Attachment
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26212R0547
 
Response Due
3/19/2012
 
Archive Date
5/3/2012
 
Point of Contact
Monica Griffin
 
E-Mail Address
6-2232<br
 
Small Business Set-Aside
N/A
 
Description
1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is VA-262-12-R-0547 and is issued as a Request for Proposal (RFP). 3. The 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). 4. 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. 5. This requirement consists of two (2) line items: a. Parking lot(s) which can accommodate up to 500 vehicles. b. Shuttle transportation service to and from the lot(s) and the VA San Diego Medical Center located at 3350 La Jolla Village Dr., San Diego, California. Contractors are encouraged to submit a quote even if they are capable of performing only the parking accommodation or the transportation shuttle service. This contract may be awarded to multiple contractors. 6. The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: a)PURPOSE. The Department of Veterans Affairs (VA) is starting several construction projects at the VA San Diego Medical Center that will eliminate up to several hundred parking spaces. The construction projects are expected to take up to three years to complete and may be longer depending on a number of unidentified factors. As such, VA seeks to implement temporary parking accommodation through this requirement. b)OBJECTIVE. Contractor shall provide all labor, equipment, supplies, services, and security, necessary to provide up to 500 parking spaces to be used by VA personnel, patients, contractors, and visitors for a period of 6 months with the start date of on or about April 1, 2012. Proposal should also include the option to increase and decrease parking spaces based on demand. The contractor must be registered with CCR. c)PARKING: 1.At a minimum, the contractor shall initially provide up to 500 parking spaces for VA use within sixty (60) days after receipt of award. 2.Contractor shall provide for parking within a five-mile radius from the VA San Diego Medical Center with appropriate options for personnel entering from different commuter areas (such as East/West or North/South arrangements). The minimum size of one parking area is 100 spaces. 3.VA must be able to use and have access to parking areas twenty four (24) hours a day seven (7), three hundred sixty five (365) days a year. 4.The Contractor shall provide a level of security that reasonably deters unauthorized entry throughout the term of the contract. Overall security shall also include deterring loitering or disruptive acts in and around the parking area. Parking lot shall be well lighted and adequately monitored to prevent unauthorized access. Contractor shall be responsible to maintain the area and protect the vehicles parked in the parking lot; this includes protection from theft. 5.The contractor is responsible for providing a method for verifying the space being used by the VA. 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 VA to review for planning purposes. 6.The VA shall have the option to request an increase, reduction or allocation in the number of spaces obligated by written notice. The VA may exercise this option at their convenience, with a 30 day notification to the contractor 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 Number 5 above, the VA may Allocate spaces such that the 500 gross sum of spaces are maintained, but the distribution of spaces is not split even. d)TRANSPORTATION/SHUTTLE SERVICE: Contractor shall provide all labor, equipment, supplies, and service necessary to provide shuttle transportation service operating between the off-site parking areas chosen and the VA San Diego Medical Center. 1.The contractor shall provide shuttle services between the lot(s) and the VA San Diego Medical Center located at 3350 La Jolla Village Dr., San Diego, California. 2.The Contractor shall be responsible for having sufficient qualified personnel to meet the requirements as stated herein. All Contractor employees shall hold all applicable qualifications required by Federal, State, County and Local government entities of the locality in which they operate. Contractor personnel must be commercial drivers with at least a Class B license with passenger endorsement. The above stated requirements shall also pertain to backup personnel to cover in case of illness, injury, vacations, etc. 3.Contractor employees and/or personnel shall not be considered VA employees for any purpose. 4.Contractor shall demonstrate professionalism, courtesy and sensitivity toward Veteran beneficiaries at all times. The Contractor shall respect and ensure beneficiary confidentiality, and shall be liable in the event of breach of same. Failure to comply with provisions of the Federal Privacy Act of 1974 (Public Law 93-579) shall result in contract termination and other financial sanctions. 5.Failure to Provide Service: If the Contractor fails to furnish the required services within the time frames established, the VA reserves the right to obtain the service from another source and to charge the Contractor for any cost that may be incurred as a result. Furthermore, failure to perform any of the services set forth in this contract shall be considered grounds for invoking provisions of default under Clause 52.212-4(m) "Termination for Cause". 6.Contingency Planning: If the shuttle service vehicle experiences breakdown, the Contractor shall immediately notify the Contracting Officer Representative (COR) In such cases, the Contractor shall arrange for another shuttle (same size bus, 40 passengers and driver immediately) in order to proceed with beneficiary pickup and transport (see paragraph G). 7.The Contractor shall be required to keep a count of all passengers, reflecting the number of passengers picked up or discharged at each stop. Presentation of either a valid VA employee or patient ID card or VA appointment reminder notice will be sufficient identification for passenger acceptance. The Government shall be the sole judge in determining the shuttle bus routes and schedules. The Contractor shall not deviate from these routes and schedules unless instructed by authorized by the COR. 8.Shuttle services are required every fifteen minutes from 6:00 AM to 6:00 PM Monday through Friday from the designated offsite parking to the VA San Diego main campus location and back. From 6:00AM to Noon departure time will be from the parking site. From 12:15 to 6:00PM departure time will be from the front entrance of the VA San Diego Medical Center. Passengers shall be picked up and discharged at the front entrance of the VA San Diego Medical Center located at 3350 La Jolla Village Dr., San Diego CA 92161. 9.Shuttle operation shall be on a time schedule, and shall not be determined by number of individuals onboard. e)PASSENGER TRANSPORTATION REQUIREMENTS: 1.Drivers are to transport no more wheelchairs or scooters than the number of tie down spaces on the bus. Individuals in manual wheelchairs may transfer to a seat on the bus and the chairs folded and placed under the bus. Individuals in electric wheelchairs or scooters shall be either strapped or if able transferred to a seat. 2.If any passenger becomes extremely ill during transport, such as a shortness of breath, has chest pains or expresses to the driver that they are too sick to continue; the driver shall immediately pull over and call 911. Secondly, the driver shall call the VA Police at 858-642-3647. The Driver shall report their current location, what happened and any additional relevant information, including what hospital the passenger will be transported to. 3.If a passenger becomes unruly while the bus is in operation, the driver shall pull over and ask the passenger to calm down or the police shall be called. The driver is required to report the incident to VA Police at the next scheduled stop if the police have to be called or not. The driver shall also complete a report of contact (summary of what happened) and turn it into the VA Police Office prior to the end of their scheduled shift. 4.The Contractor must provide the COR with the cell phone numbers of the bus drivers so they can contact the bus in case of emergency. This information must be kept up to date. Under no circumstances are drivers to use any communication device while the vehicle is in motion. This includes any contractor radio, cell phone, pager, or other device with or without a hands free device. If necessary the vehicle will be brought to a complete safe stop with the parking brake applied before the driver engages in any communication. f)INSURANCE REQUIREMENTS: 1.Contractor shall be insured as outlined in the following Schedule of Insurance Coverage: a.INSURANCE COVERAGE: 1. Workers' Compensation and Employers' Liability Insurance. Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statues. Employers' liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. 2. General Liability. Contractor shall maintain bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. 3. Automobile Liability: Per vehicle used, not less then $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. b.EVIDENCE OF COVERAGE: Award of a contract cannot be made until the Contractor furnishes to the Contracting Officer, a certificate from his/her insurance company indicating that coverage outlined in the above schedule, has been obtained and that it may not be changed or canceled without written notice to the Contracting Officer. The furnishing of such evidence of insurance coverage may not be waived. See Clause 852.228-71 INDEMNIFICATION AND INSURANCE (JAN 2008). Offerors are encouraged to ensure they have the applicable insurance coverage and that it is current and up-to-date prior to submitting their offer.Before commencing work under this contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating Automobile Liability minimum coverage of $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage, in accordance with FAR 28.307-2. All vehicles and drivers used to transport beneficiaries shall be examined, registered, inspected, licensed and insured in accordance with applicable Federal, state and local laws. Proof of compliance with regulatory requirements shall be provided to the Contracting Officer prior to contract award and at any time throughout contract performance upon Contracting Officer request. The Contractor shall adhere to the vehicle manufacture and industry standards of safety and maintenance. g)VEHICLES / DRIVERS: 1.Vehicles (Shuttle Buses) shall meet all current applicable Federal, State and Local specifications and regulations including, but not limited to, licensing, registration and safety standards. Shuttle service vehicles shall be motor coach design, equipped with a minimum of one (1) wheelchair lift, (2) wheelchair tie downs, capable of accommodating a minimum of forty (40) passengers (traditional seating), routinely configured to accommodate a minimum of four (4) wheelchairs or scooters. Contractor shall be responsible for providing a minimum of two (2) Shuttle Buses and one (1) reserve Shuttle Bus for back up contingency situations. 2.Shuttle buses shall be equipped to safely transport passengers in the numbers as specified herein. 3.Shuttle buses shall contain and/or provide, as a minimum, the following: a.Wheelchair loading platform shall be integral to the vehicle and made of thirteen (13) gauge steel. Platforms shall have raised edges, be counter balanced, self-adjusting to curbs and sidewalks, and self-storing. When not in use platform shall be securely stored so as not to block the vision of the driver or inconvenience the passengers. b.Clamp cleats or belts to firmly anchor wheelchairs and prevent movement in any direction. c.Steps treated with non-skid material. d.Emergency flares and warning lights. e.Front and rear heat and air conditioning with adjustable temperature control. Heating and air conditioning systems must be sufficient to ensure comfort throughout the vehicle. f.One (1), five (5) pound ABC rated fire extinguisher with fire extinguisher tag showing record of current inspection, secured in an immediately accessible location. g.First aid kit with band aids, gauze, bandages, sterile gauze pads, triangular bandages, cleansing wipes, tape, scissors, eye pads, and ammonia inhalants. All items shall be packed in sterile containers. h.Operational two-way radio, cell phone, or other communication device capable of contacting Contractor's dispatch office and VA Police. i.Reverse alarm. j.Destination sign identifying the shuttle as: "VA Offsite Parking Shuttle". k.The vehicles shall be equipped with the following: 1.Individual seat belts for each seat 2.Seats rows in the bus shall be at least 12 inches apart. The actual seat dimensions shall be at least 18 inches across and 17 ¾ from back to front. 3.All vehicles used in the performance of any resulting contract shall be subject to the approval of the Contracting Officer. Any vehicles (shuttle buses) used as "backup" shall be subject to the express approval of the Contracting Officer subject to initial inspection and any re-inspection as deemed appropriate by the Contracting Officer. 4.Licensing in the state of California is required. 5.Vehicles shall be clean and in good repair at all times during the performance of this contract. 6.The Government reserves the right to inspect Contractor equipment and vehicles, or require documentation of compliance with contract specifications. Such an inspection, if conducted, does not constitute a warranty by the Government that the Contractor's vehicles and equipment are properly maintained. The Government reserves the right to restrict the Contractor's use of any equipment and vehicles which are determined to be in need of repair, unclean, unsafe, damaged on the interior or exterior body, and/or are not in compliance with contract specifications. The restriction of such equipment and vehicles shall not relieve the Contractor from providing all required services as defined herein. 7.A record of each employee as to character and physical capabilities of performing the duties of a Bus/Courier driver shall be maintained and made available for inspection upon request to include training on handling the patients and the items being stored on the bus. 8.The Contractor is responsible for having sufficient shuttle buses to meet the order limitations of this contract as specified herein. In the event the Contractor is unable to perform services as required, the Contractor shall immediately notify the Contracting Officer and the COR without delay and provide a justification for nonperformance. The Contractor shall ensure that prompt notification is given to enable the Medical Center to procure services elsewhere. Failure to perform may constitute sufficient cause to terminate this contract for "cause" as identified herein. 9.All drivers shall have attained legal age (the age of 21 years) and shall maintain neat, clean and professional appearance. Drivers shall be licensed in accordance with the State of California, to include any special licensure required which is a Class B license with passenger endorsement. Contractor shall be in compliance with the State of California Vehicle Code 34501.2 and CCR 1212 which places limits on the number of hours bus drivers may drive. h)CONTRACTOR PERSONNEL: Contractor personnel shall be required to wear a company uniform, and picture ID Badge which clearly displays the name of the company and the individual, and shall be of a neat, clean appearance. i)PERIOD OF PERFORMANCE: The ANTICIPATED period of performance shall be from the date of award for a six (6) month option periods. j)PLACE OF PERFORMANCE: The Contractor's work will be performed through the established parking lots and the shuttle service to the VA San Diego Medical Center. k)TYPE OF CONTRACT: A Firm- Fixed Price Contract will be issued for this effort. Contractors are encouraged to submit a quote even if they are capable of performing only the parking accommodation or the transportation shuttle service. This contract may be awarded to multiple contractors. l)PRICING: 1.Contractor should submit pricing to reflect the number of spaces offered at the parking lot. 2.Vendors should also submit pricing to reflect the daily rate for the transportation shuttle service. m)DELIVERY: Delivery FOB Destination to VA San Diego Medical Center, 3350 La Jolla Village Dr., San Diego CA 92161 n) INSTRUCTIONS TO OFFERORS: 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. o) PROVISIONS/CLAUSES: 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The VA will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the VA: Lowest Price, Technically Acceptable: i.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; ii.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. iii.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, Restrictions on Subcontractor Sales to the Government (Oct 1995), 52.204-10 Reporting Executive Compensation & First-Tier Subcontracts Awards (Jul 2010), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-28 (Post Award Small Business Program Rerepresentation (April 2009), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (March 2007), 52.222-35 Equal Opportunity for Veterans (Sept 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sept 2010), 52.222-41Service Contract Act of 1965 (Nov 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (Bus Driver $14.66), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.232-34 (Payment by Electronic Funds Transfer-Other than Central Contractor Registration. iv.The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. p). RESPONSES ARE DUE: Monday, March 19, 2012 by 12 Noon Pacific Standard Time (PST). Only electronic offers will be accepted; submit quotation to: monica.griffin@va.gov. q)Contracting Office Address: Department of Veterans Affairs Network Contracting Office - 22 4811 Airport Plaza Dr., Suite 600 Long Beach, CA 90815 Place of Performance: VA San Diego Medical Center, 3350 La Jolla Village Dr., San Diego CA 92161 Primary Point of Contact: Monica Griffin Contracting Officer Monica.Griffin@va.gov 562-766-2232 Secondary Point of Contact: Alan Trinh Contracting Officer Alan.Trinh@VA.GOV 562-766-2271 SCHEDULE OF SERVICES and PRICE/COSTS BASE Period: April 1, 2012 through September 30, 2012 Item DESCRIPTION QTY UNITUNIT PRICE TOTAL 1 Parking Spaces (Based on estimated 500 spaces) 6 MO $ $ 2Shuttle Services6MO$$ TOTAL $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212R0547/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-12-R-0547 VA262-12-R-0547_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306705&FileName=VA262-12-R-0547-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306705&FileName=VA262-12-R-0547-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02694064-W 20120314/120312234315-a121f5c54557213e4d40a8337c84d7bd (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.