R--GGNRA PARKING FEE MANAGEMENT SERVICES
Parking Fee Management Services for Golden Gate National Recreation Area (GGNRA) SOURCES SOUGHT The National Park Service (NPS) is conducting this Sources Sought to identify contractors that are eligi... Parking Fee Management Services for Golden Gate National Recreation Area (GGNRA) SOURCES SOUGHT The National Park Service (NPS) is conducting this Sources Sought to identify contractors that are eligible to be perform these types of services. Contractors must possess the capabilities to provide services as specified below (1.0 General Scope) and to determine their availability, capability, and adequacy. If your firm may be interested in this requirement it must have a NAICS of 812930 ¿ Parking Lots and Garages and/or 541611 ¿ Administrative Management and General Management Consulting Services. Description of the Work In 2021, NPS authorized Golden Gate National Recreation Area (GGNRA) to collect parking fees at Northwest Trailhead (46 spaces, formerly known as Northwest Commuter or Dillingham), Langdon Court (65 spaces), and Merchant Road (74 spaces) parking areas. The Langdon Court and Merchant Road parking areas are in Presidio Area A in San Francisco, CA; while the Northwest Trailhead parking area is north of the Golden Gate Bridge in Sausalito, CA. Parking fee collection has yet to be implemented at these 3 parking areas approved for fee collection in 2021. The purpose of this contract is to provide labor, material, equipment, supplies, and supervision necessary for parking fee management at the required locations, including but not limited to advisory support; fee collection and remittance of funds to GGNRA; installation and maintenance of user-friendly, appropriately placed, accessible, and reliable fee collection equipment; and Payment Card Industry Data Security Standards (PCI DSS) compliant equipment and processes for visitors who park and pay fees with credit cards or mobile platforms. It is highly recommended that prospective contractors complete a site visit during the solicitation period, to familiarize themselves with the layout and parking area locations. To make arrangements for a site visit, please contact Doorey Chung, Revenue and Fee Program Manager at (415) 638-1521 or email doorey_chung@nps.gov 1.0 GENERAL SCOPE 1.1 The contractor with the successful offer (hereinafter called ¿Contractor¿) will provide all labor, material, equipment, supplies, and supervision necessary and shall plan, schedule, coordinate and assure effective and cost-efficient delivery of all parking fee management services, as described herein. 1.2 The Contractor shall be responsible for the collection of all parking fees at the designated NPS parking areas within scope of this contract and the maintenance of associated fee collection equipment including automated fee machines (AFMs). Parking fees shall be collected on a pay-by-plate basis whether through AFMs or mobile platforms. 1.3 Credit card transactions shall be batched and settled directly into the NPS designated payment processor on a daily basis. All credit card batch settlement transactions shall be processed according to Payment Card Industry Data Security Standards (PCI DSS). 1.4 The Contractor shall provide mobile payment options including but not limited to pay-by-text, QR codes linked to payment sites and posted on equipment and parking area signage, tap-to-pay via Apple Pay, Google Pay, and other commonly used mobile payment platforms. 1.5 NPS is not seeking any cash or coin collection capabilities for parking fees within the scope of this contract. 1.6 The Contractor shall be responsible for furnishing all visitor instruction signs involving machine and mobile platform operations, signage for pricing, and signage in case of equipment malfunction. The Contractor shall update signage and reprogram AFMs anytime there is a change in parking fees or schedule of operation. 1.7 At least daily, the Contractor shall remotely monitor mobile payment platforms and AFMs to ensure the platforms and equipment are operating properly. Contractor shall be responsible for immediately repairing any AFM that is not functioning properly. Service repairs must be completed within twenty-four (24) hours from notice to the contractor of a malfunctioning machine. Contractor is responsible for notifying NPS of any malfunction or service delay as they occur. Contractor is responsible for providing notice to NPS once service is restored. 1.8 Contractor representatives performing on-site tasks shall have uniforms, official identification and name badges identifying their organization. The Contractor shall be required to furnish uniforms, identification, and name tags at the Contractor¿s expense. The project will be implemented using the North American Industry Classification System (NAICS) Code 812930 ¿ Parking Lots and Garages and/or 541611 ¿ Administrative Management and General Management Consulting Services. The applicable classification code is R699 ¿ Support ¿ Administrative: Other. This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), that may be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as an RFP or as any commitment or obligation on the part of the Government to issue a request for proposal. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. SUBMISSION INSTRUCTIONS: Responses via email are DUE on May 15, 2023 3:00 PM (PD) to the Contract Specialist, Michael Gabriel at michael_gabriel@nps.gov must include the information requested below. Responses greater than 5 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research, and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm¿s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Points of contact (names, titles, phone numbers and email addresses); 3. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »