Kentucky Bids > Bid Detail

M1LZ--NEW LOU VALET

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159693192998295
Posted Date: Jan 26, 2023
Due Date: Feb 16, 2023
Solicitation No: 36C24923Q0101
Source: https://sam.gov/opp/9eaedd9ce1...
Follow
M1LZ--NEW LOU VALET
Active
Contract Opportunity
Notice ID
36C24923Q0101
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 26, 2023 05:21 pm CST
  • Original Date Offers Due: Feb 16, 2023 11:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: M1LZ - OPERATION OF PARKING FACILITIES
  • NAICS Code:
    • 812930 - Parking Lots and Garages
  • Place of Performance:
    Robley Rex VAMC Louisville , KY 40206
Description

COMBINED SYNOPSIS/SOLICITATION

General Information
Action Code:
Combined Synopsis Solicitation
Document Type:
Request for Quotations (RFQ)
RFQ Number:
36C2492301001
Posted Date:
January 26, 2023
Response Date:
February 16, 2023 @ 11:00AM CT
Classification Code:
M1LZ
Set Aside:
100% Service Disabled Veteran Owned Small Business Set-Aside
NAICS Code:
812930
Contracting Office Address
Network Contracting Office 9
ATTN: Diane Ziegler
Department of Veterans Affairs Contracting Office, Suite 400
1639 Medical Center Parkway
Murfreesboro, TN 37129
(615) 225-6479
diane.ziegler@va.gov

(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

(ii) This solicitation is issued as a request for quotations (RFQ) # 36C24923Q0101.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 VAAR Update 2008-34 and Acq Policy Flash thru 23-06 and 52.212-5 FACs 2023-01 effective 12-30-2022 and Acq Policy Flash 23-06.

(iv) This procurement is a 100% Service Disabled Veteran Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 812930 Parking Lot and Garage ($41.5 Million) SBA Size Standard. Business size status shall be listed and verified with the US Small Business Administration's "Veteran Small Business Certification (VETCert)" at https://veterans.certify.sba.gov , at the time of offer submission and award.

(v) This is a service contract to provide Valet Parking Service. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination.

(vi) The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached)
2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures
3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items
(www.sam.gov registration is required to be complete at time of submission of response)

(vii) The following clauses are applicable to this acquisition:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and any addenda to the clause.
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services and regarding which, if any, of the additional FAR clauses cited in the clause are applicable to this acquisition.

(viii) Quotes are due February 16, 2023, by 11:00 AM CT. Quotes shall be submitted via email to diane.ziegler@va.gov . Quotes received after this date and time will be considered late in accordance with FAR Provision 52.212-1 and will not be evaluated unless the Contracting Officer determines the late quote will be accepted IAW FAR 52.212-1(f)(2)(i)(A-C). Instructions are listed on pages 7-10.

Quoters shall review the below Statement of Work (SOW) and provide pricing using the following Price/Cost Schedule.
PRICE/COST SCHEDULE
Base Year
04/01/2023 through 03/31/2024
CLIN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
0001
Contractor shall provide Valet Parking Service in accordance with the Statement of Work.
12
MO
Option Year 1
04/01/2024 through 03/31/2025
CLIN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1001
Contractor shall provide Valet Parking Service in accordance with the Statement of Work.
12
MO
Option Year 2
04/01/2025 through 03/31/2026
CLIN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
2001
Contractor shall provide Valet Parking Service in accordance with the Statement of Work.
12
MO
Option Year 3
04/01/2026 through 03/31/2027
CLIN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
3001
Contractor shall provide Valet Parking Service in accordance with the Statement of Work.
12
MO
Option Year 4
04/01/2027 through 03/31/2028
CLIN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
4001
Contractor shall provide Valet Parking Service in accordance with the Statement of Work.
12
MO
Total Price Base + Options
STATEMENT OF WORK (SOW)

Robley Rex VA Medical Center
Valet Parking Service
Scope of Work: The Robley Rex VA Medical Center in Louisville, KY has a requirement for Valet Parking Services for Veterans for up to an estimated 375 cars per day, five days per week. The contractor shall provide valet parking services at the Louisville, KY, Robley Rex Veterans Affairs Medical Center, 800 Zorn Avenue, Louisville, KY 40206, in accordance with the following provisions. Approximately 100 parking spaces are available for full valet parking. Service shall include assisting patients and their families who request this front door service, assisting with wheelchairs and other devices in and out of cars, directing patients inside, and parking of cars.
The project's scope of work includes a base period and four (4)- one (1) year option periods. All services shall be performed in accordance with industry standards, as well as with all terms, conditions, schedules, provisions, and requirements of this solicitation and any resulting contract. The contractor shall provide all resources necessary to accomplish the services described in this Statement of Work (SOW), except as may otherwise be specified.
Background: This requirement is for valet parking services to alleviate existing parking problems. Based on current operations, it is estimated the Valet Contractor shall be required to park and/or provide assistance in parking of approximately 375 cars per day. The number of vehicles indicated herein are estimated quantities and may fluctuate during the contract period. Contractor shall provide enough staff in order to meet the needs of the VA in accordance with this solicitation and any resulting contract.
Definitions:
"Valet Parking" - Refers to all services performed by the Contractor under this agreement.
Customers are greeted by valet parking attendants, and the keys to customer vehicles are delivered to the attendant (except for those vehicles the Contractor deems appropriate for self-parking). The valet parking attendants shall park or stack park the vehicles that enter the parking area.
"Contractor":- Where referenced in this solicitation, "Contractor" refers to the valet parking Contractor, offeror or vendor providing services under this agreement.
"CO" - Contracting Officer
"COR" - Contracting Officer's Representative Limited authority
"AOD" Administrative Officer of the Day
"VAMC" - Department of Veterans Affairs Medical Center
"VA" Robley Rex VA Medical Center, Louisville KY
FAR Federal Acquisition Regulations
j. SOW Statement of Work
4. Type of Contract: [Firm-Fixed-Price] This is a firm fixed-price contract to provide valet parking services.
5. Hours of Operation: The Contractor is to ensure that adequate valet parking services Monday-Friday,6:30AM to 7:00 PM Eastern Time (ET) except for Federal Holidays. Work at the VA site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer.
Times of Service are, 6:30 AM to 7:00 PM (ET). No vehicle parking is required between the hours of 5.00 P.M. to 7.00 PM, at which there is only one (1) attendant required with the responsibility of returning parked vehicles only. A designated Contract Supervisor (further defined herein) shall be on-site during any performance under this contract. The VA reserves the right to adjust these hours/location and other changes that are deemed necessary.
Federal Holidays: Federal Holidays observed by the VA are as follows:
New Year's Day Martin Luther King Day President's Day
Memorial Day Juneteenth Independence Day
Labor Day Columbus Day Veterans' Day
Thanksgiving Christmas
(And any day designated a holiday by the President of the United States).
6. Parking Lots: The Contractor shall be solely responsible for control and management of the Valet parking lot. Truck traffic travels through the roadway to the loading dock through Parking Lot #1, the Valet lot. See Attachment 1- Robley Rex VA Medical Center onsite parking map.
The valet parking contractor may stack park cars to expand parking capacity.
Handicapped Parking: Designated lot shall be utilized for Handicapped/Disabled vehicle parking only. In event of future unplanned onsite construction, the use of the Valet lot may be limited or have restricted use. Should this occur, the VA will work with the vendor to identify an alternate parking lot or area for valet parking.
As indicated on the map (Attachment 1), the Valet Lot is located on VA property. The map is provided for informational and general orientation purposes only.
7. Contractor General Requirements: Robley Rex VA Medical Center is experiencing severe parking problems because of congestion and vaccination support. The VA would like to provide a valet parking service for Veteran Patients, family members or legitimate visitors to alleviate some of this congestion and facilitate smoother parking activity. The Contractor shall be required to assess the current VA parking situation and take into consideration all provided government space and equipment as described herein.
The Contractor shall have a strong working knowledge of hospital valet parking services. Upon award, the contractor shall be required to implement their proposed plan and carry it out on a day-to-day basis for the duration of the contract. The contractor shall have thirty (30) days after award of contract to set up operations, finalize staff requirements (including Government-administered background investigations), etc. At the end of this period, full operations are to begin.
It shall be the Contractor's responsibility to visit the site to fully understand the nature of the work and the conditions under which the work shall be performed. A site visit may be requested by contacting the Assistant Chief of Engineering via email at David.Obrien3@va.gov or the COR at Troy.Stephens@va.gov .

8. Reports: On a monthly basis, contractor supervisor SHALL meet with the COR and provide a typewritten report for the COR giving a complete summary of the month worked. This report shall be on company letterhead and shall provide a signature from the Supervisor confirming the accuracy of the report as presented to the best of his/her knowledge. The Contractor shall be required to track the number of vehicles parked in a log and provide a typewritten copy of the log to the COR indicating the sum total number of vehicles parked, by day, week, and each month with a sum total monthly average of parked vehicles.
The date of the monthly meetings will be mutually scheduled by the COR and Contract Supervisor and will at the latest take place no later than the fifth day of the month for the preceding calendar month activities. At any time, the COR or VA Chief of Engineering may request a current report or any component thereof within one business week. The report shall include, at a minimum: A full report of any personnel incidents, vehicular damage, accidents, or theft during the month and shall also include patient incidents, confrontations, or incidents with patients. All standard reports shall be submitted to the COR no later than the 5th day of the month for preceding month (see exceptions).
A weekly or monthly schedule (as determined after Award by CO and Contractor) shall be presented in advance to the COR showing the shifts and employees who shall perform contract services for the upcoming period. The employee tracking sheet shall be primarily used to monitor who is in the facility for security purposes, but the COR may request copies for his/her own purposes.
A detailed breakdown shall be provided of any vehicular damage or accidents, other property damage, lost keys, vandalism, alleged theft and shall be reported to VA Police immediately, and the COR within 24 hours. This section shall include license plate numbers, registered owner(s), vehicle color/make/model, description of damage, and a resolution or the current status of the outstanding issues. Any suggestions, miscellanea, or other information is to be supplied to the COR for official review. Upon monthly submission of this report, the COR may take the opportunity to meet briefly with the Supervisor to discuss perceived comments or concerns on behalf of the VA, make suggestions, or otherwise open dialogue about contract performance. The COR will go over feedback, both positive and negative, received via the feedback box provided by the contractor.

The COR will forward all customer complaints to Valet management and/or if appropriate, VA Police for filing. The complainant s contact information will be provided when possible. Valet management will have three (3) workdays to contact and resolve customer service issues or complaints. The COR will be notified of resolution and the COR (or VA Police dependent upon nature of complaint) may contact the complainant to verify satisfaction. Founded complaints will be documented and maintained by the COR.
9. General: At his/her sole discretion, the CO may elect to suspend valet operations for the safety of contractor personnel and our veterans due to inclement weather or other factors. If this cancellation is known of beforehand, the Contractor's supervisory employee shall be given at least one day's advance notice. A pro-rated portion of payment for the month shall be deducted for any time without valet operations. If services are cancelled or suspended due to inclement weather without prior notice, contract staff is to stay on-site throughout their normally scheduled hours and shall resume operations if instructed to do so by CO or designee.
Payment will still be rendered in full for these cancellations without prior notice.
Contractor shall use the shelter in front of the East Entrance of the Robley Rex VA medical center for valet parking staging area and personnel or whatever area may be designated by the VA. No vehicles shall be parked in traffic lanes or in the immediate valet staging area unless authorized by the COR.
Contractor staff shall be able to handle all normal transmission types, read all standard speedometers, and operate all standard passenger vehicles. Valet services shall exclude the following vehicles: Those modified to accommodate a specific disability that cannot be operated without additional training or licensing. Vehicles considered unsafe to drive or do not have functioning doors, windows, safety belts or locks (cannot be secured) and commercial vehicles, busses, VA transportation vehicles, VA employee vehicles, and vendors or Contractors conducting business at the VA.
The contractor shall provide valet parking to all VA patients, visiting family members or other legitimate VA visitors vehicles, excluding those that are ineligible for valet parking or which request self-parking. Contractor may also need to work with VA staff or other contractors to work around any deliveries or other traffic interruptions due to construction that may occur near the chosen entrance and valet traffic lanes.
The contractor shall provide only the limited physical assistance necessary to help patients enter and exit a vehicle and shall only do so at the patient's request. No clinical or emergency care shall be given by the contractor in an instance of medical emergency or in the event that complex physical assistance is needed, the contract supervisor shall notify VA Emergency Personnel or VA Police.
The Contractor shall understand fully and relay to all employees performing services under this contract that any crime or other legal infraction taking place on VA property is subject to prosecution at the Federal level. The VA Police carry jurisdiction of the enforcement of laws on VA property. Any questions about the role of VA police or enforcement of Federal law should be brought to the CO or COR s attention.
The valet attendants shall have a valid state driver's license, be a minimum of eighteen (18) years of age, be in good physical condition, and shall be physically able to perform all general duties, functions, and activities, such as standing long periods in all types of weather. All employees and representatives of the Contractor shall be fluent in the English language to read and understand directions and to converse intelligibly with the COR. The Contractor is prohibited from employing any illegal aliens to perform services under this contract.
No food, beverages, cigarettes, or outside debris may be brought into, consumed in, or left in patient vehicles. Personal cell phone use is not permitted while parking vehicles or while on duty during scheduled work hours. Cell phone use during lunch or breaks is permitted. Smoking is prohibited on campus.
The VA Medical Center is a drug-free, smoke-free, vape-free workplace.
The contractor may set up cones, rope, staging areas, directional valet traffic signage or other approved items. Requests for lot re-striping or alteration of Government property during contract performance shall be submitted in writing to the COR.
Contractor valet parking personnel are permitted to park a personal vehicle on site, in the designated valet parking lot(s), during their work tours only.
10. VA Construction Project Requirements: Construction projects, both on-going and as yet undetermined, may impact the valet parking operation during the term of any contract resulting from this solicitation. Contractor is expected to work with VA staff to modify operations in light of these projects to continue to provide service within the guidelines of this contract.
11. Contractor-Furnished Equipment, Supplies and Materials: The Contractor is responsible to provide all signage. Signage and content, traffic cones and placement shall be subject to review and approval by the COR at any time. No signage with excessively large or prominent company logos will be accepted. Additionally, no sign may insinuate or otherwise imply that the contract staff personnel are VA employees (i.e., no VA logos on contractor's signage). VA is not responsible for loss or damage to signage or contractor furnished equipment, supplies, and materials.
The contractor shall provide a locked metal box, with a letter-sized slit on the top for insertion for customer feedback. The contractor shall also provide customer feedback forms with their company letterhead clearly printed. The forms shall provide a space for written customer feedback as well as checkboxes to indicate the customer's level of satisfaction with the service provided. These forms shall be kept fully stocked at all times. Patients may provide written feedback about their experience with the valet service and deposit it in this box. The contents of this box shall be accessible to the COR and Contract Supervisor only and shall remain locked throughout daily performance. The contractor may not discourage any customer from leaving feedback in this box. The contractor may ensure that only feedback written on contractor-provided feedback forms is inserted into the box. The COR will approve the layout and formatting of feedback forms before their use.
Contractor shall be required to provide uniforms for contract staff. These uniforms shall be professional in appearance and standardized amongst employees. At the very least, the uniform shall consist of dress slacks or professional looking shorts, a button-down or Polo-style shirt, loafers, or professional looking athletic shoes. Company identification shall be displayed prominently, including a photo ID and printed name of the employee pinned to the employee's uniform. The VA PIV Card may be used for photo ID, but the contractor is encouraged to distribute their own Photo ID as well. A different uniform shall be provided for the Supervisor to ensure he is easily visually identified. Uniform styles shall be approved by the COR before performance on this contract begins. Uniforms shall always be clean, pressed, neat and professional in appearance. The CO/COR will provide the final authority over any disagreements regarding uniforms or physical appearance of contract staff.
12. Valet Parking and Return of Vehicles Requirement: The contractor shall greet all patrons that approach the pickup area and process/provide a valet claim ticket. The patron is to be greeted, and the valet parking attendants shall provide the driver a unique claim check with current date before parking the vehicle. Attendants shall park all designated vehicles that enter the valet staging area and shall not allow vehicles to be parked in the staging area or traffic lanes. The contractor shall remind patients BEFORE entering their vehicle that all valuables should be removed from the vehicle or stored out of sight. All valet parked vehicles shall be secured, all windows, doors, sunroofs, or other openings shall be closed and locked. The keys shall be appropriately secured in a contractor provided key cabinet.
Handicapped persons are permitted to pull to the valet entrance to be dropped off, and the attendant may then park the vehicle, if requested, or direct the driver to an onsite handicap space for self-parking. The parking attendants shall provide only the limited physical assistance necessary to help patients and accompanying persons exit and enter a vehicle and shall only do so at the patient s request.
Contractor shall ensure that 90 percent of customers shall wait no more than ten (10) minutes to be valet parked or returned. The Contractor shall develop a system to monitor and report timeliness of service and complaints to the COR. This information shall be made available to the VA upon request.
Patients shall not wait longer than ten (10) minutes 90% of the time from when the vehicle is queued in the valet staging traffic lane, patient greeted, claim ticket processed and the vehicle moved from the valet staging lane. The ten (10) minute valet return or retrieval period begins when the patient queues themselves into the vehicle retrieval line and is complete when the patron is presented their idling vehicle. The CO and/or COR reserve the right to excuse delays of ten (10) minutes or more due to circumstances beyond the contractor's control. This shall be a subjective determination which may not be appealed.
Returned cars shall be delivered to the patients with the engine running, positioned for easy entry within a reasonable (within three (3) car lengths) distance to the hospital entrance. The contractor shall not leave idling returned vehicles unattended and shall ensure that only the patron who has provided the claim check is allowed entry into the driver's seat of the vehicle. The contractor shall not block exit traffic from the hospital's Valet Parking Lot for self-parked vehicles or patients and shall adjust the placement of returned vehicles as necessary to facilitate smooth operations.
If necessary to the work processes, the veteran may be asked short follow-up questions, such as the duration of their stay or estimated time of departure. Excessive questions or insistence upon an answer to follow-up questions shall not be allowed.
13. Parking Lot Attendant and Traffic Management Requirement: Contractor shall use good judgment to ensure that their operations do not impact other parking activity or traffic flow at the VA. Contractor shall not exceed their designated space, block traffic routes with vehicles waiting for service or valet parked vehicles, etc. Contractor shall relocate or modify their operations as necessary per the COR's direction if day-to-day VA traffic or parking operations are impacted negatively by any aspect of Valet performance.
Traffic congestion due to Valet services is the sole responsibility of the contractor. Special attention shall be needed to ensure Valet parking operations does not obstruct traffic flow for VA traffic lanes, grounds, or public use roads.
The Contractor shall provide a traffic control plan within 14 days after start-up of contract to minimize valet traffic congestion and manage traffic to prevent through traffic road blockages. The contractor shall provide adequate staff for directing and managing traffic congestion caused by valet services.
The Contractor shall monitor the Valet Parking Lot during operational hours to effectively monitor access to and prevent illegal use of the Government-furnished valet parking lot or space. The VA Police will not enforce this contract's valet parking provisions. In the event of a traffic safety incident or other noteworthy occurrence, the Contractor shall alert the VA Police (e.g., injured, or lost patient, safety issue, traffic accident) and shall include a brief verbal or written narrative of the incident, including any VA staff that was consulted and Contractor Employee(s), patron(s) involved, in the required monthly report to the COR.

14. End of Day Procedures / After Hour Operations: All keys left with the Contractor which are unclaimed at the end of operational hours shall be turned over to the VA police or alternative, Administrative Officer of the Day (AOD), as determined by the VA for retrieval by patron s afterhours. At the beginning of each new day of performance, the Contract Supervisor shall pick up any remaining keys from VA Police and will allow valet patron to retrieve vehicle following standard procedures. When keys are dropped off to VA Police or Administrative Officer, the contractor shall turn over the keys in a lock box with a chain of custody form (provided by contractor) that includes the date, number of keys being dropped off and the associated valet ID claim ticket numbers. Valet patrons or verified family members with claim tickets may obtain the keys afterhours and shall retrieve the vehicles themselves.
The COR may ask the contractor to move the remaining cars to an area closer to the main building so that patients will have easy access to their cars. Designated parking spots shall be determined for long term veteran patients and those keys shall be left with VA Police.

Contractor shall be responsible for any lost keys and damage to vehicles caused by their employees as described herein. As described herein, the Contractor may park vehicles in any physical configuration provided in their accepted technical proposal.
Any Government property or furnished space that is damaged by the Contractor's staff shall be replaced, to the satisfaction of the COR. Any outstanding unresolved damages may be removed from payment rendered for services, and negatively held against the Contractor's performance.
15. No Gratuities/No Tipping: The contractor shall provide at least one sign, at least three feet by three feet in size, on which No tipping is printed legibly and prominently for view. Handwritten signs are not permitted. This sign may contain other language, but No Tipping shall be emphasized via bold text, underlined, large text, etc. The COR will approve this sign and its placement before it is displayed. The sign shall be presented at or near the valet staging area where patient keys are kept. Acceptance of tips of any nature (i.e., monetary, or non-monetary) shall result in mandatory reimbursement of the tip(s) received. The contractor is permitted to suggest that customers offering tips leave positive feedback in a feedback box supplied by the contractor in lieu of the tip. Contractors shall not make unsolicited suggestions to leave positive feedback in any other scenario. Contract staff may not insert feedback into the feedback box.
16. Contract Monitoring Procedures: The COR will be assigned to monitor contract compliance. The COR's monitoring will include periodic or random unannounced inspections to assure the Contractor is in compliance with the levels of service specified and terms and conditions of the contract and this SOW. Within the scope of this SOW and contract, the Contractor shall provide staffing at no additional cost to the Government to meet performance standards. The Contractor's ability to provide and manage valet services, traffic flow, and provide a lot attendant, shall be audited periodically to assure the Contractor is putting the Veteran first and is providing a safe and efficient operation.
COR shall monitor the following: valet parking and return of vehicles wait times; no tipping requirement; effective staffing for all valet services, staffing for parking lot attendant, management of traffic control; approved signage; contractor in specified uniform; reporting procedures followed; Personal Identity Verification (PIV), training, and certifications are met and maintained.
17. Contractor Personnel: The Contractor is encouraged to hire veterans as Valet Parking Attendants, preferably veterans who receive their care at the Robley Rex VA Medical Center.
Contractor personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor.
The Contractor shall include at least one supervisor on staff, physically located at the Robley Rex VA Medical Center during performance of contracted duties The Supervisor , whose responsibilities include, but are not limited to, shall be the primary point of contact for the contract for contract oversight, customer service, all customer concerns, complaints, questions, or other issues and any interaction with the COR. The Supervisor shall be on-site, in person, every day that services are performed under this contract. The Supervisor is the first line of contact between the Government and the Contractor. In the event that the Supervisor shall be absent from work, the COR will be notified and a designee shall be named by the contractor who shall perform these duties. Non-supervisory contract staff should be trained to refer these types of issues directly to the supervisor.
If required by the COR, the Contractor shall, at Contractor expense, perform a drug screen and criminal Background investigation on a Contractor employee who is providing services under this contract. The Contractor agrees to terminate immediately an employee who, at the sole discretion of the VA, poses a risk to the health or safety of a patient, family member, volunteer, employee, or any individual requiring services. Also, the Contractor agrees to terminate immediately an employee whose conduct is disapproved by the COR because it interferes with the business or operations of the hospital. A record of each Contractor employee's character and physical capabilities to perform the duties of their position shall be maintained by the Contractor and made available for inspection upon request by the Government. Contractor shall be completely responsible for all actions of their employees. The Government reserves the right to deduct 5% from the Contractor's monthly invoice if five (5) VALIDATED and APPROVED by CO or more service Complaints are lodged against the Contractor during any 30-day period.
18. Professionalism, Professional Appearance and Courtesy: Courtesy and respect shall be offered to anyone the contract staff encounters during performance of their duties. Contractor is expected to enforce reasonable standards of employee conduct. A pleasant demeanor and courteousness are required at all times. Contract staff is expected to be always clean and well-kept. Good hygiene practices shall be enforced by the Contractor, including a professional appearance in dress. The Contractor's regular uniform shall clearly identify the company and the occupation is easily understood (contract valet parking services).
19. Access Limitation: Only authorized Contractor employees are allowed inside the VAMC. Contractor employees are not to be accompanied in the work area by acquaintances, friends, family members, or any other person unless said person is an authorized VA or Contractor employee. Contract employees are to remain in Valet Parking Services Area except when on break or lunch but may not travel to patient care areas except to assist veterans as required. Contract Supervisor shall maintain positive control of contract employees at all times.

20. Contractor Employee PIV Security Requirements: Contractor valet parking staff shall apply for VA Contractor PIV Identification Badges. The initial point of contact for processing these requests shall be the COR. Contractor staff shall provide to the PIV office fingerprints, appropriate identification, and any other necessary information. Contractor staff shall always wear their PIV in an easily visible fashion either on a lanyard or clipped to their clothing above the waist. PIV s are the property of the VA and upon contractor employee ceasing work are to be turned into the local VA PIV office or COR. Loss or theft of the PIV is to be reported to VA Police and COR immediately for reporting purposes.

Government-initiated background investigations are mandated under this contract. The contractor shall have an adequate pool of available employees - either working or potential - that have completed National Agency Check with Written Inquiries (NACI) level background investigations. Lead time for background investigations will not be an adequate excuse for failure to meet performance standards or established staffing levels, including any potential staff, on-site or off, who may be designated supervisor. All contract employees who require access to Department of Veterans Affairs controlled property shall be subject to a NACI, Office of Personnel Management background investigation. After fingerprinting a Special Agreement Check (SAC) shall be initiated on each employee. If there are no actionable issues, a temporary Personal Identity Verification (PIV) will be issued. Fingerprints will be taken by the local VA Police Service PCI/PIV staff office and submitted for the SAC and NACI. It is the responsibility of the Contractor to make all necessary arrangements with the local PCI/PIV office and VSC.

SAC results will not be available until contractor submits all required forms and documentation to the COR for Contracting Officer signature, and VSC receives and reviews for correctness and manages and sponsors the contractor for their PIV. Once the e-QIP is scheduled and electronically completed, the NACI will be scheduled. If no issues, VSC will then notify the Contractor the three-year PIV may be issued by the local PIV staff. The position sensitivity for these contract employees has been designated as Low Risk. Information and any documents required by the contractor will be supplied by the VA. The PIV badge is the property of the VA and must be surrendered by contract employees upon completion of employment or contract completion. It is highly encouraged potential persons selected for hire are pre- screened by the contractor for criminal history or other contract requirements. Employees with criminal histories will not be permitted to work until the adjudication process is complete. No employees shall be permitted to work until the SAC is adjudicated with no issues and notice to proceed to work is received from the COR. Thereupon, a temporary ID will be issued to work until the NACI is scheduled or adjudicated. Thereafter, a Personal Identity Verification (PIV) Photo ID will be issued.

Any employee whose background investigation yields unfavorable results shall be removed from performance of this contract immediately. Background check will be completed on all Contractors' employees. No contractor employees shall be exempt from this requirement. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default.

21. Working Knowledge of VAMC: Contract staff is expected to have a working knowledge of the exterior layout of the hospital facility and general area. Assistance may be offered to non-valet drivers in finding an appropriate parking location or answering common questions. If the contractor does not have an answer to the inquiry the individual asking the question shall be referred to appropriate VA staff.

22. Training/Licenses/Qualifications: Copies of contract employees driver s licenses shall be provided to the COR before work commencement and once annually thereafter or upon request.

The VA Medical Center will provide orientation and training on pertinent VA policies and procedures. All parking attendants shall be required to attend the VA New Employee Orientation program on Treating Veterans with Care , and I Care . This training will take approximately 2 (two) hours to complete and be coordinated with the Contractor at a post award meeting for mutually agreeable dates. Any new Contractor employees shall attend the facility orientation training. It shall be the responsibility of the Contractor to ensure their staff attends training within a reasonable time period from commencement of work.
23. Talent Management System Mandatory Training Requirements: All Contractors and their staff shall successfully complete on-line training. Effective March 23, 2012, all contractors are required to begin using the VA Talent Management System (TMS) for their mandatory training, utilizing the Create the New Feature at www.tms.va.gov. Training is to be accomplished outside of contract duty hours. Contract employees shall self-enroll into TMS and select the following courses and complete courses and CPR/AED certification within 30 days from commencement of work. Courses are to be completed annually.
Privacy Awareness #4504560
VA Privacy & Information Security Awareness and Rules of Behavior (1 hr.) #31167
Bloodborne Pathogens and Standard Precautions NFED 4628453

Note: Step by step TMS enrollment instructions will be provided at the post award conference by the COR.

24. Claims/Damages: Any claims of damage or missing/stolen property involving customer's vehicles shall be the responsibility of the Contractor. The VA assumes no responsibility for any damage to patrons' vehicles caused during the performance of the Contractor's services or for any such claims. Contractor shall be held completely responsible for lost keys and any costs associated with same. Any such claims shall be reported to the COR within 24 hours of occurrence. Contractor shall be required to provide and maintain insurance on all services and employees who provide services under this procurement.
25. Payment: The Contractor shall be paid each month, in arrears, upon receipt of a proper invoice submitted to Veterans Affairs Financial Service Center, P.O. Box 149971, Austin, TX 78714-8971. The Contractor's name, contract number, Tax ID and purchase order number shall appear on each invoice.
26. Additional Charges: No additional charges of any nature shall be allowed without the prior written approval of the CO. Any additional cost or change in scope shall first be approved by the CO and issued in the form of a Supplemental Agreement to this contract. In accordance with FAR 52.212-4 (c), changes in the terms and conditions of this contract may be made only by written agreement of the parties (bilateral agreement).

27. Applicable Documents:

FIPS Pub 201, Personal Identify Verification of Federal Employees and Contractors , March, 2006. FIPS 201-3, PIV of Federal Employees and Contractors | CSRC (nist.gov)
5 U.S.C. 4552a, as amended, The Privacy Act of 1974 . Office of Privacy and Civil Liberties | Privacy Act of 1974 (justice.gov)
VA Handbook 6500.5, Contract Security, March 12, 2010 Handbook_6500_24_Feb_2021 (va.gov)
VA Directive 0735 Handbook_0735_24_Mar_2014.pdf
Homeland Security Presidential Directive, HSPD-12What is the Homeland Security Presidential Directive - 12 (HSPD-12)? | FedIdCard
Quality Assurance Surveillance Plan (QASP) QASP (dau.edu)
System Policy 11-05 Appendix B. Basic Life Support Certification, American Heart Association. Automated External Defibrillator (AED) training. Basic Life Support BLS Training | American Heart Association CPR & First Aid
VHA Directive 2008-015:Â Public Access to Automated External Defibrillators (AEDs):Â Deployment, Training, and Policies for Use in VHA Facilities. 1177_D_2021-01-04.pdf

(End of Statement of Work)
Attachment 1. Robley Rex VA Medical Center onsite parking map Valet Booth
Parking Lot #1 - Valet
Lot #2 - Mixed
Lot #1, Valet Lot. Approximately 100 spaces which can be Stack Parked as needed.

Lot #2, May contain a mix of contractor vehicles, motorcycles, or VA executive vehicles.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far

The DOL Wage Determination for the specific locality is available at https://beta.sam.gov/search?index=wd. Please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality.
INSTRUCTIONS TO QUOTERS
Submitting your quote: Submit your company s quote by email the address specified on page 1 of this Request for Quotes (RFQ) utilizing either PDF or Microsoft Word file formats (8 Megabyte File Size Limitation). Vendors shall submit only one quote. If a concern submits more than one quote all quotes may be rejected from that concern. Quotes received that do not contain all of the following information being requested may be considered unacceptable.

Submission deadline: Your quote must be received at the email address specified by the deadline specified on page 1. We will not consider any quote that we receive after the deadline unless we receive it before we issue an award and considering it will not delay the award. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day.

Terms and content of your quote: Quotes must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below.

Information to be submitted:

The following information is required on your quote:
1. RFQ Number: 36C24923Q0101
2. CONTRACTOR ________________________________________ (Contractor s Name)
3. ADDRESS ________________________________________(Street-City-State-Zip)
4. POINT OF CONTACT ________________________________________ (Name/Title/Phone/Email)
5. SAM UEI NUMBER ________________________________________

6. All quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

7. Provide a statement that your company s Offeror Representations and Certifications are complete in SAM.gov.

8. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows:

AMENDMENT NO
DATE


Add rows as needed.

The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to www.fbo.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote.

Award will be made to the offeror determined to be acceptable, price reasonable, and is determined to best value to the government; all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications. To be eligible for this set-aside your company s registration must include the appropriate NAICS code.

The Network Contracting Office 9 intends to award a Firm Fixed Price service contract for Valet Parking Services Service at the Robley Rex VA Medical Center, 800 Zorn Ave. Louisville KY 40206. The base Period of Performance (POP) is 04/01/2023 through 03/31/2024, with four (4) option years.
All questions regarding this RFQ must be in writing and may be sent by e mail to diane.ziegler@va.gov .
VENDOR QUESTIONS: Questions must be received no later than 02/02/2023 @ 11:00am CT. No further questions will be accepted after that date and time.

ANSWERS TO VENDOR QUESTIONS: Answers to vendor questions will be addressed in an amendment to Contracting Opportunities no later than 02/07/2023 5:30pm CT.

You are reminded that representatives from your company SHALL NOT contact any VA Medical Center personnel to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.

To be considered for this award the Contractor must provide the following:

TECHNICAL

Contractor to provide a detailed quote to achieve the Government s objectives identified within the Statement of Work.

Driver Qualifications (SOW Section 10)
Performance Standards Management (SOW section 9 & 12)

PAST PERFORMANCE

Vendors submitting a quote shall be regularly established in the business of providing the services identified in the SOW and who have experience with commercial contracts of similar demand or greater, with conditions and scope as required for this contract.

Vendors submitting a quote shall provide three (3) identified references when submitting their quote. Emphasis will be on recent and relevant past performance. Recent is defined as work performed within the last three years. Relevant is defines as work similar in scope of the work described in the SOW.

Contract:
Start Date of Contract:
End Date of Contract:
Reference s Name and Phone Number:
Type of work performed & product used:

PRICE

Offerors are requested to complete and return Price/Cost Schedule located on pages 3-4 of this RFQ.

EVALUATION

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, reference FAR 13.106-2(b)(3). The following factors shall be used to evaluate offers:
Price
Technical
Past performance

Before making award, the Contracting Officer will determine whether the proposed price is fair and reasonable in accordance with FAR 13.106-3.

Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Point of Contact:
Diane Ziegler
(615) 225-6479
diane.ziegler@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2023 05:21 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >