Indiana Bids > Bid Detail

X1LZ-- VA Indianapolis Parking Services

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159489211341055
Posted Date: Jan 30, 2024
Due Date: Feb 13, 2024
Source: https://sam.gov/opp/752138e0db...
Follow
X1LZ-- VA Indianapolis Parking Services
Active
Contract Opportunity
Notice ID
36C25024Q0270
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2024 03:52 pm EST
  • Original Response Date: Feb 13, 2024 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1LZ - LEASE/RENTAL OF PARKING FACILITIES
  • NAICS Code:
    • 812930 - Parking Lots and Garages
  • Place of Performance:
    Indianapolis , IN 46202
    USA
Description
SOURCES SOUGHT NOTICE 36C25024Q0270
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for 250 parking spaces in the Indianapolis, IN area.

Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for proposals. The purpose of this advertisement is to identify potential sources and suitable locations, and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability, or completeness of contents of the furnished information found within this advertisement; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease or service contract based upon responses to this advertisement. The NAICS Code is 812930 Parking Lots and Garages. The small business size standard for this NAICS is $47.0M.

The Department of Veterans Affairs (VA) is also conducting market research, seeking capable sources that are classified and registered at Veteran Small Business Certification (sba.gov) as either Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that are interested in providing structured parking space to the Department of Veterans Affairs. Respondents are advised that the Government assumes no responsibility to award a lease or service contract based upon responses to this advertisement.

Contracting Office Address: Andrew D. Seaman, andrew.seaman2@va.gov , 317.988.1526, Network Contracting Office 10, 8888Keystone Crossing, Suite 325, Indianapolis, IN 46240.

Description: The Department of Veterans Affairs seeks to 250 structured parking spaces for use by the VA as employee remote parking in the delineated area explained below within Indianapolis, Indiana. VA prefers space located in a single location; however, VA may consider multiple locations with the aggregate total offer meeting the 250 space requirement. The offered parking solution shall include, at no additional charge, any ground transportation being offered to the general public. The ground transportation is required from 6:00AM to 6:00PM, seven (7) days per week, 365 days per year, including all local, state, and federal holidays. The transportation shall originate at or near the parking facility and travel to remote locations with a stop at or near Richard L. Roudebush VA Medical Center, 1481 W. 10th Street, Indianapolis, IN. The transportation is not to be specifically designated as ground transportation for VA use only.

Requirement: Base year plus four (4) 1-year option periods.

Delineated Area: To receive consideration, submitted properties must be located within the area described below, which is bound by the following roads or must front on any of the following boundary lines:

Bounded on the North: From the intersection of North White River Parkway and West 16th Street to Indiana Avenue

Bounded on the West: From the intersection of West 16th Street and Indiana Avenue to the intersection with University Boulevard turning south on University Boulevard to the intersection of West Michigan Street

Bounded on the South: From the intersection of West Michigan Street Traveling west to the intersection North White River Parkway

Bounded on the East: Traveling North from the intersection of West Michigan Street and North White River Parkway to the intersection of West 16th Street.

The attached map of the delineated area is provided for further clarification of the boundaries of the delineated area.

ADDITIONAL REQUIREMENTS:

Structured Parking facility shall be paved, striped and lighted
VA to have access to parking 24 hours per day, 7 days per week and 365 days per year to include all local, state, and federal holidays
Maintenance to be provided to include re-striping as needed, re-lamping of lighting fixtures, paving repair, cleaning/sweeping as well as snow and ice removal
Offeror shall provide security for the parking facility
The right to use appurtenant areas is included
VA reserves the right to post rules and regulations based on space configuration
VA reserves the right to inspect the parking premises and vehicles within and to remove unauthorized vehicles
If Offeror provides a portion of the parking facility dedicated to VA s use, signage shall be provided by the Lessor acceptable to VA to alert parking patrons of inspection and towing policies
Designated parking is preferable, but VA will accept parking within shared area as long as VA can occupy 250 spaces at any given time
Secured access is required via hang tag or card; devices for access to be provided by the successful offeror
Offered parking area shall be zoned for VA s intended use
Offered space must be easily accessible to multiple major roadways which provide multiple routes of travel
Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or requests for proposals
Fully serviced parking is required inclusive of all services to include but not limited to snow and ice removal, lighting, security, janitorial, maintenance, ground transportation routes
Parking area shall not be in a 1% Flood plain

All submissions should include the following information:
Name and address of current property owner;
Address or described location of building;
A statement as to whether the building lies within the Delineated Area;
Location on map, demonstrating the building lies within the Delineated Area;
Description of ingress/egress to the parking from a public right-of-way;
Description of the uses of adjacent properties;
FEMA map of location evidencing floodplain status;
A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction;
Site plan depicting the property boundaries, buildings, and parking;
A document indicating the type of zoning;
A description of any changes to the property necessary to be compatible with VA s intended use;
Owners shall provide evidence of ownership;
Non-owners (e.g. prospective developers/lessors) submitting a solution shall provide evidence of permission or authority granted by property owner to submit the building to VA;
Any information related to title issues, easements, and restrictions on the use of the building;
A statement indicating the current availability of utilities serving the proposed space or property;
If you are qualified as a Veteran Owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 812930 Parking Lots and Garages with a small business size standard of $47.0M, please read the below attachment, entitled, VOSB or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement.

All interested parties must respond to this advertisement via e-mail no later than February 13, 20, 2024 at 12:00 P.M. LOCAL TIME to:

Andrew D. Seaman, andrew.seaman2@va.gov , 317.988.1526

Market Survey (Estimated): February 2024

Occupancy (Estimated): March 2024
Attachment - VOSB or SDVOSB Status

This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued.

The NAICS Code for this procurement is 812930 Parking Lots and Garages, and the small business size standard is $47.0M. Responses to this notice will assist in determining if the acquisition should be set-aside for SDVOSB or VOSB concerns in accordance with 38 USC § 8127.

The magnitude of the anticipated construction/buildout for this project is:
X _ (a) Less than $25,000;
__ (b) Between $25,000 and $100,000;
__ (c) Between $100,000 and $250,000;
__ (d) Between $250,000 and $500,000;
__ (e) Between $500,000 and $1,000,000;
__ (f) Between $1,000,000 and $2,000,000;
_ (g) Between $2,000,000 and $5,000,000;
__ (h) Between $5,000,000 and $10,000,000;
(i) Between $10,000,000 and $20,000,000;
__ (j) Between $20,000,000 and $50,000,000;
__ (k) Between $50,000,000 and $100,000,000;
__ (l) More than $100,000,000.

VA makes monthly payments in arrears upon facility acceptance and may elect to make a single lump-sum payment.

Project Requirements: This Sources Sought Notice seeks information from Potential Offerors who are capable of successfully performing a lease or services contract, of the facility described above, for a term not to exceed five (5) years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term, at a fair and reasonable price.

SDVOSB and VOSB firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VetCert at Veteran Small Business Certification (sba.gov) . All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. A submission checklist and information sheets are provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement.

Capabilities Statement Will Include:
Company name, address, point of contact, phone number, Unique Entity Identification (UEI) Number, and e-mail address;
Evidence of SDVOSB or VOSB status through registration at VetCert at Veteran Small Business Certification (sba.gov) - https://veterans.certify.sba.gov/;
Evidence of ability to offer as a small business under NAICS Code 812930 and listing in the System for Award Management (www.SAM.gov ), including a copy of the representations and certifications made in that system;
A summary describing up to three (3) projects of similar size and scope completed in the past five (5) years that demonstrate your company s experience providing for and managing Federally leased parking facilities or parking facility via service contract relevant to the project described above. (3-page limit);

All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project.
CAPABILITIES STATEMENT
SUBMISSION CHECKLIST AND INFORMATION SHEET

Indianapolis, IN Parking Lease or Services Sources Sought Notice

Company name:
Company address:
UEI Number:
Point of contact:
Phone number:
Email address:

The following items are attached to this Capabilities Statement:

Evidence of SDVOSB or VOSB status through registration at SBA.gov Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/);
Evidence of ability to offer as a small business under NAICS Code 812930 and listing in the System for Award Management (www.SAM.gov), with representations and certifications;
A summary describing up to three (3) projects of similar size and scope completed in the past five (5) years that demonstrate your company s experience providing for and managing Federally leased parking facilities or parking facility via service contract relevant to the project described above. (3-page limit);and
Evidence of capability to obtain financing for a project of this size.
By: _________________________________________________
(Signature)

__________________________________________________
(Print Name, Title, Date)

Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2024 03:52 pm ESTSources Sought (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 >