X1AA--**Leasing NCO10** VC205 Cleveland Vet Center, OH- Relocation (VA-20-00010458)
Contract Opportunity Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE... Contract Opportunity Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field Contract Opportunity Combined Synopsis/Solicitation Notice X1LZ CLE Patient Parking Garage 45409-1337 36C25020R0114 04-15-2020 30 N 531190 Department of Veterans Affairs Network Contracting Office 10 3140 Governor s Place Blvd. Suite 210 Kettering OH 45409-1337 Angie Carpenter Procurement Point of Contact Louis Stokes Cleveland VA Medical Center 10701 East Blvd Cleveland OH 44106 USA https://www.va.gov VA Homepage angie.carpenter@va.gov Angie Carpenter Page 3 of 3 U.S. GOVERNMENT LEASE FOR REAL PROPERTY (Short Form) RLP NUMBER: 36C25020R0114 PART I - SOLICITATION/DESCRIPTION OF REQUIREMENTS (To be completed by Government) REQUIREMENTS 1. The Department of Veterans Affairs (VA) is seeking to lease up to 264 Parking Spaces in an area bounded as North: Lake Erie; East: Lakeshore Blvd., E. 152nd St., Coit Ave., Euclid Ave., N. Taylor Road, S. Taylor Road, Fairmont Blvd, and Lee Road; South: South Woodland Ave. and Buckeye Road; West: East Third Street, St. Claire Ave., and Interstate Route 90, for use not later than 1 May 2020, for a firm term of sixty (60) days and soft term of sixty (60) days. The parking supports the VA Medical Center located at 10701 East Blvd, Cleveland Ohio 44106. 2. In order to be considered for award, Offers shall complete Section II Offer, Government s General Clauses (attachment A ), Representations & Certifications (attachments B1 & B2), and provide evidence of compliance with requirements as listed in Section B. Offers shall be received no later than 4:00 PM EST on Wednesday, 15Â April 2020, to NCO-10, 3140 Governor s Place Blvd., Kettering, Ohio 45409, or at email: angie.carpenter@va.gov. Offers sent by mail, hand delivered, or email shall been deemed late if delivered after the designated time and date. Note: Only a request for information. VA assumes no responsibility to award a lease based upon responses and will not reimburse any costs associated with responses. B. STANDARD CONDITIONS AND REQUIREMENTS The following standard conditions and requirements shall apply to any parking spaces offered for lease: Space offered must meet the Government s requirements for the intended use. The VA anticipates the need to award a single lease in order to secure the total number of required parking spaces. The minimum number of parking spaces at any single location to be considered is 264, with two (2) exceptions. (1) VA will consider proposals for a minimum of 264 spaces if the proposed parking is 0.25 miles or less from the Medical Center; or (2) if the Offer, in its normal course of business and as part of the base rent, operates a shuttle that will be available to transport Veterans and VA Staff to and from VAMC Cleveland hospital complex. The Shuttle frequency shall not exceed a 30-minute wait time during 6 a.m. to 6 p.m. Offeror s with shuttle services shall provide a route map and time schedule. Lot/Garage must be ADA compliant. Spaces shall not be located in the 500-year flood plain. The Offeror shall provide to-scale plans that show the parking garage/lot layout, property lines, streets, structures, location of driveways, lights, and fences. Also, provide evidence that the Parking Spaces/Lot/Garage is zoned in compliance with local zoning laws. If parking spaces are to be constructed for lease to the Government, the Offeror shall provide a copy of the approved permit(s) or the Offeror s plan and schedule to obtain all necessary approvals prior to performance. Offered Parking Garages shall meet or be upgraded to meet the applicable egress requirements in National Fire Protection Association (NFPA) 101, Life Safety Code, or an alternative approach or method for achieving a level of safety deemed equivalent and acceptable by the Government. Parking garages located below-grade shall be protected by an automatic sprinkler system or an equivalent level of safety. Additional automatic fire sprinkler requirements will apply when parking spaces are located on or above the 6th floor. Unrestricted access to a minimum of two remote exits shall be provided on each floor of any Parking Garages. The Parking Spaces, Parking Lot, and/or Parking Garage shall be accessible to persons with disabilities in accordance with appendices C and D of 36 CFR Part 1191 (ABA Chapters 1 and 2 and Chapters 3 through 10 of the ADA-ABA Accessibility Guidelines). The dimensions of the individual parking spaces as well as ratio of Reserved Handicap spaces to total parking spaces will meet or exceed local city/municipal code. Offers shall provide a statement of compliance. Services will be provided daily, extending from 6 a.m. to 6 p.m. except Saturday, Sunday, and Federal holidays (Services are listed in Section C). The Government shall have access to the parking garage/lot at all times. Security & Safety. Security cameras or on-site attendants shall be capable of monitoring all points that vehicles and people can enter or leave the location of the parking spaces. If cameras are used, they shall be of sufficient quality to record license numbers and drivers and peoples faces. A two-way intercom, or equivalent system, shall exist to call-in immediate maintenance issues. On-site response shall not exceed 30 minutes (6 a.m. to 6 p.m.). The lighting in the parking garages shall be at least 10-foot candles, 50-foot candles in the entrance and exit areas (minimum standards as set by the Illumination Engineering Society). Access. Access to spaces shall be gated and accessed by an access control system. Proximity Cards or other method for accessing gate shall be issued to the VAMC as part of the contract. Signage. Parking Spaces, in the amount leased by the VA, shall be clearly designated for use by Veterans & VA Staff, unless entry is access controlled in which case the Lessor shall ensure that parking spaces equal to the leased amount are always available on the days parking services are provided to the VA. The Lessor shall ensure that designated spaces are only occupied by vehicles with a Veteran visitor parking pass or VA Staff identification. Sanitation. The location of the parking spaces shall be maintained free of rodents and reasonably clean of litter. The Offeror must have an active registration in the System for Award Management (SAM), via the Internet at https://beta.sam.gov/, in order to be eligible for lease award. Compliance with (d), (e), (g), (h), and (i) will be validated by the Government prior to acceptance of the lot/garage (prior to commencement of lease term). C. SERVICES AND OTHER REQUIREMENTS (To be provided by Lessor as part of rent) 1. SNOW REMOVAL. Provide snow removal services for the VA on all days for which this Lease has designated normal hours. Lessor shall clear parking lots if the accumulation of snow exceeds two inches. Lessor shall clear sidewalks and entrances before accumulation exceeds 1.5 inches. The snow removal shall take place no later than 6 a.m., without exception. Should accumulation continue throughout the day, the Lessor shall provide additional snow removal services to prevent accumulation greater than two inches. In addition to snow removal, the Lessor shall keep walkways, sidewalks and parking lots free of ice during the normal hours. The Lessor shall remove excess buildup of sand and/or ice melt to minimize slipping hazards. 2. OTHER REQUIREMENTS. The VA is committed to safety and security of Veterans and Staff. The Lessor shall take action to identify the likely security threats and crime risks for the location of the parking spaces and to implemented reasonable and appropriate security measures to counter those risks- and, maintaining those measures as appropriate. The Lessor shall notify the VA Police of any occurrence of crimes to Veterans/VA Staff and/or their property. Failure to provide for the reasonable care of Veterans/VA Staff and/or their property could result in the VA terminating the Lease as well as potential liability lawsuit(s) from victims. D. BASIS OF AWARD A VA Lease Contacting Officer, or designated specialist, will negotiate the price for the initial term, option periods, and any other aspect of the offer as deemed necessary with all Offerors. The VA anticipates making a single award using a best value determination based on lowest price technically acceptable. Technical acceptability will be evaluated based upon a validation that the location is within the delineated area, the acceptability of required documentation (see Section B, underlined text), and return of completed of (1) PART II OFFER (GSA Form 3626, page 2); (2) the Government General Terms (Attachment A); and (3) the Representations and Certifications (Attachments B1 and B2). The government will award up to 264 parking spaces. No awards will be made for parking spaces in amounts less than the minimum numbers stated in Section B.1.b. The present value of proposed firm term and soft term will be used to evaluate Offeror s proposed prices. A three (3) percent annual discount rate shall be applied. Prices for parking garages/lots that exceed a 0.25-mile distance from the VAMC hospital complex, as determined by the LCO, shall be adjusted to capture the estimated cost to support by Shuttle Bus; unless Lessor Shuttle service exists (Para B.1.b). The estimated annual cost to operate a shuttle per parking space is $2,400.00. See attached document: GSA Form 3516 Solicitation Provisions. See attached document: General Clauses GSA Form 3517A. See attached document: Gen Clauses GSA 3517B (MODIFIED).
Data sourced from SAM.gov.
View Official Posting »