West Virginia Bids > Bid Detail

V129--Valet Services - Hershel Woody Williams VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159773104287143
Posted Date: Aug 9, 2023
Due Date: Aug 16, 2023
Solicitation No: 36C24523Q1045
Source: https://sam.gov/opp/3b5f97e125...
Follow
V129--Valet Services - Hershel Woody Williams VA Medical Center
Active
Contract Opportunity
Notice ID
36C24523Q1045
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 09, 2023 03:39 pm EDT
  • Original Response Date: Aug 16, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V129 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
  • NAICS Code:
    • 485999 - All Other Transit and Ground Passenger Transportation
  • Place of Performance:
    Hershel Woody Williams VA Medical Center 1540 Spring Valley Drive Huntington , WV 25704
    USA
Description
The Hershel Woody Williams VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below.
As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.
Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ 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 solicitation posted as a result of this sources sought notice.
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.
This service will be implemented using the North American Industry Classification System (NAICS) Code 485999.
If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to tracy.dotson@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than August 16, 2023 at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.

INTERESTED & CAPABLE RESPONSES:
NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please respond with your:
Business name (including Unique Entity ID (SAM.gov), business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address).
Capability statement
GSA Contract number, if applicable, to include NAICS
Brief summary of categories of professional services that your company can provide.
Applicable Certification(s)/Licenses
STATEMENT OF WORK

GENERAL INFORMATION
Title of Project: Hershel Woody Williams VA Medical Center Valet Parking Services
Scope of Work: The Hershel Woody Williams VA Medical Center (HWWVAMC) is seeking the services of a Contractor to provide valet operations at the facility located at 1540 Spring Valley Drive, Huntington, West Virginia, 25704. HWWVAMC recognizes the need to continue to assist and accommodate Veterans, family members, and visitors in providing valet operations while they are receiving care, picking up prescriptions and medical supplies or visiting a patient. The Contractor shall furnish and provide appropriate labor, supervision, materials, equipment, and supplies to provide professional valet operations. The Contractor will provide:
Adequate experienced, fully trained, and professional valet employees to park vehicles for the hours of operation specified along with on-site management to handle customer concerns and parking incidents. The Contractor is responsible for all recruiting, hiring, training, and management of valet employees.
Operations for parking approximately 100-120 vehicles per day.
Locking key cabinet(s), safety cones, signs, roadblocks, and other supplies and materials and/or miscellaneous items necessary to operate and manage valet operations. All signs shall be at least 30 X 30 . Hand-written signs shall not be allowed.
A minimum of two NO TIPPING signs (minimum of 30 X 30 ). The No Tipping policy shall be strictly enforced. Valet employees shall be restricted form accepting tips of any kind.
A minimum of two Insurance Liability signs (minimum of 30 X 30 ) for vehicle damage claims.
Booths/shelters, if desired, will be provided at the expense of the Contractor, to include connecting to a power source with the approval of the COR. The contractor shall provide a description, pictures, and site proposal to the COR of any proposed temporary buildings.
Acronyms. The following acronyms are used throughout the statement of work:
CO- Contracting Officer
COR- Contracting Officer s Representative
HWWVAMC- Hershel Woody Williams Veterans Affairs Medical Center
VAPD- Hershel Woody Williams VAMC Police Service
PERIOD OF PERFORMANCE
The contract period will be a base + 4 option periods.
SITE INSPECTION.
A site inspection/walk-through for all interested Contractors can be scheduled by the Contracting Officer for any interested contractors. All interested Contractors are encouraged to attend the site inspection and walk-through of the HWWVAMC campus and facilities. ONLY one walk-through for this solicitation shall be conducted.
Contractors shall be responsible for all costs and travel expenses associated with the site inspection visit. While not mandatory, failure to attend the site inspection walk-through shall not release the Contractor from complying with the terms, conditions, specifications, and requirements of the resulting contract.
POST AWARD PERFORMANCE CONFERENCE
CO may schedule a post award performance conference with the Contractor, if deemed necessary, for contract orientation purposes.
Contractor shall have 45 calendar days, after notification of contract award, to implement their proposed valet operations plan and perform day-to-day operations.
DESIGNATED VALET PARKING LOT(S).
HWWVAMC has designated a sequestered section of Parking Lot #3, consisting of approximately 50 spaces to be used for valet parking. The valet parking lot is approximately 750 feet northeast of the drop off point.
Contractor shall not make any alterations to parking lots. If parking lot alterations are desired, the Contractor shall notify the CO and/or COR in writing with the recommended changes. If the recommended changes are approved, the Contractor shall be notified in writing by the CO.
Contractor shall have control of vehicles parked in the designated parking area(s) in the context of maximizing the space available and facilitating a smooth operation. The Contractor shall be responsible for parking control and monitoring the designated parking lot(s) assigned for valet operations. The VAPD will always maintain overall authority over all vehicles and parking.
Valet parking personnel are permitted to park their own vehicles in the approved valet parking lot(s).
ORDERING ACTIVITY AND CHANGES TO CONTRACT
CO will forward the Delegation of Authority letter(s) to the using service and Contractor after agreement has been signed, identifying the individual(s) as the COR(s). No service shall be provided without approval of the COR acting within the limits of their authority.
Contractor shall not accept any instructions issued by any other person(s) other than the CO and/or their delegated representative(s) acting within the limits of their authority.
Contractor shall perform only services specified herein. Before performing any service of a non-contractual nature, the Contractor shall advise the COR of the reason(s) for the additional work and/or service. Changes to the resulting contract shall not be authorized and reimbursement shall not be made for any work or service performed outside the scope of this contract unless prior authorization is obtained in writing from the CO.
CONTRACTOR RESPONSIBILITIES
Valet Operations:
Contractor shall provide professional, consistent, responsive, secure, and efficient valet employees for valet services.
Valet employees shall be responsible for greeting and receiving customers, providing valet claim tickets, securing keys, parking, delivering, and directing valet vehicles to and from the valet drop off and pick up area. Valet claim tickets shall contain the Contractor s liability disclaimer.
Valet employees shall ensure only authorized persons utilize valet services. HWWVAMC will inform the Contractor of who is authorized to use valet services and the method of identifying such individuals. Such identification may include asking persons for an appointment letter, VA patient identification card, clinic, healthcare service or patient to be visited and estimated time of departure.
Valet employees shall be responsible for screening out vendors and employees from inappropriately using valet services. All vehicles parked by valet employees shall be locked and secured. Customers keys shall be secured by valet employees.
Valet employees shall be responsible for directing vehicles not wishing to participant in valet operations to other designated parking locations.
Valet employees shall direct patients driving buses or large motor vehicles to self-park their vehicles in parking areas designated by VAPD. The Contractor shall not be required to park these vehicles. If necessary, the Contractor shall immediately notify VAPD for enforcement.
Contractor shall employ on-site management to supervise employees at all times during valet operations. On-site management shall be fully trained and equipped to handle customers concerns and any parking incidents. Duties of the on-site management shall also include, but not limited to, customer relations, training, improving all valet operations, and coordinating all work and additional services with the COR.
Contractor shall coordinate with the COR to designate drop off and pick up area(s) near the main entrance for loading and unloading of handicapped patients so as not to interfere with normal valet operations. Patients with handicap placards or license plates on their vehicles shall be given the option of self-parking or using valet services.
Contractor shall not install any signs, buildings, or equipment without the prior approval or written consent from the COR.
Valet employees shall not use cell phones while parking vehicles.
Valet employees shall not block roadways, parking lots, or re-route traffic without prior approval by the COR.
Valet employees shall respond to alerts or emergencies, by aiding injured or stranded persons in emergency situations, and/or notifying VAPD. During emergency situations, it may be required to move any vehicles from the valet operations area.
Patient Assistance
Valet employees shall assist customers with getting in and out of their vehicles as well as assist with removal of wheelchairs, walkers, carts, and/or personal medical equipment from vehicles if requested. The Contractor shall provide minimal assistance but SHALL NOT be required to lift or move patients in/out of their vehicles.
Valet employees shall deliver Government-provided wheelchairs as needed and coordinate with HWWVAMC staff to facilitate patient transport from the valet drop off area to medical appointments and back to the valet pick up area. Valet customers shall always be treated courteously and with respect.
Valet employees shall drive slowly and cautiously, obeying federal speed regulations on HWWVAMC property, and paying attention to pedestrian traffic.
Training, Licensure, Qualifications
Contractor shall provide bonded, fully trained, experienced valet employees who are a U.S. citizen, possess a valid U.S. driver s license, and be fluent in the English language. Valet employees shall be at least 18 years of age, have no significant or pending criminal charges, and be able to perform all general duties, functions, and activities as required. Valet employees shall also excel in the proper operation of all types of vehicles and demonstrate a commitment to the highest level of respect, courtesy, compassion, and safety.
Contractor shall conduct at their own expense, background screening of all valet employees providing services under this contract, in accordance with VHA Directive 0710. Any employee whose background investigation yields unfavorable results shall be removed immediately from performance under this contract.
Contractor shall furnish, at its own expense, to the COR, evidence of qualifications and competency assessment of all employees. Such evidence shall include but not limited to copies of drivers licenses, DMV printouts, and copies of security background checks.
Contractor shall provide valet employees with a training program to include:
Safe driver training
Facility orientation to include giving basic directions for destinations in the hospital
Patient privacy
Safety and security
Emergency procedures
Accidents/injuries
Use of any personal protective equipment necessary for valet operations in a health care environment
Effective communication with Veterans, Staff, and Visitors
Customer service skills, to include, but not limited to, importance of a positive attitude, verbal communication methods that are courteous and informative, non-verbal communication, personal appearance, face-to-face contact, voice volume and tone, self-evaluation, prevention of violence in the workplace
Contractor shall maintain documentation certifying that all valet employees have completed the training program. If deemed necessary by the Government, additional training shall be coordinated through the COR.
Uniforms and Appearance:
Contractor shall provide professional looking uniforms for valet employees performing under this contract. Uniforms must be consistent in style and color and shall be worn at all times. Uniforms shall include the identification of the Contractor by company name and employee name. Any changes in the preapproved uniform must be coordinated with the COR.
Valet employees shall keep their work area clean and professional, and always appear ready to render service, even when no customers are present.
Contractor Submittals and Insurance Requirements
Contractor shall provide to the CO, proof of compliance with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5 Insurance and Subpart 28.307.2 Liability.
Contractor shall furnish certification from the insurance company indicating adequate coverage and may not be changed or cancelled without guaranteed 30-day notice, prior to contract award. New certifications shall be furnished at least 30 days prior to the expiration date of the current insurance policy.
Contractor shall maintain liability insurance for bodily injury and property damage on all vehicles used in the performance of this contract, in accordance with FAR 28.307.2(c). Proof of compliance will be provided to the CO. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage.
Tuberculosis PPD Skin Test
Contractor shall follow the HWWVAMC policy on purified protein derivative (PPD) skin tests. The current policy states that all Contractor personnel must provide proof of a PPD Skin Test before working on VA grounds and yearly thereafter. Results from the last 3 months shall be accepted. If PPD is positive, the individual MUST provide documentation of the absence of active TB.
Contractor shall be responsible to provide documentation of the PPD skin test prior to assignment. On an annual basis or upon request, the Contractor shall be expected to provide evidence or copy of the results of each valet employee performing under this contract.
Contractor shall notify the COR of any changes in individual status with appropriate documentation. In the event of an exposure, it is required the Contractor has a plan to be followed to protect the individual and others. Records shall be maintained as required by CFR 1910.1030
Personnel Policy, Overtime and Holiday Pay
Contractor shall assume full responsibility for the protection of valet employees furnishing services under this contract, such as providing Worker s Compensation, professional liability insurance, health examinations and social security payments.
Contractor shall assume responsibility of payment for any leave, including sick leave or vacation time.
Contractor shall be responsible for any overtime and/or holiday pay entitled to valet employees performing under this contract and shall not be reimbursed by the Government.
Contractor shall follow all existing local, state, federal employment laws and/or union regulations relevant to fringe benefits and premium pay for their employees. Costs quoted in the solicitation is all-inclusive of all incidental costs including housing, transportation, and premium payments for applicable insurance coverage.
Contractor and valet employees performing under this contract are not considered VA employees for any purpose.
Performance Standards and Quality Assurance
Contractor shall ensure a customer waits no more than five minutes to be received and issued a valet claim ticket, and no more than ten minutes to have their vehicle returned upon rendering of their valet claim ticket. The Contractor shall develop a system to monitor and report timelines of service and shall be made available to the COR upon request.
Contractor shall be responsible for complying with all appropriate regulations and guidelines of The Joint Commission (TJC), Occupational Safety and Health Administration (OSHA), Department of Transportation, and/or any other pertinent federal, state, and/or local policies relating to the herein mentioned work or valet operations.
Contractor shall always provide adequate on-site management to achieve quality assurance and to handle all customer concerns and parking incidents.
Reports
Contractor shall establish a method to validate the number of vehicles parked per day and submit a monthly report to the CO and COR within seven calendar days after each month. The report shall summarize the number of vehicles parked based on date and time (sorted by morning or afternoon). The report shall identify the peak hours during the day and how many vehicles were parked during those peak hours. The report shall also include any incidents, accidents or special situations with patients, visitors, VA staff, or VA volunteers.
Contractor shall ensure reports are legible and easy to understand. Reports shall be signed by the Contractor.
Claims/Damage
Contractor shall perform all tasks safely to preclude injury, damage or defacement to persons and/or property. The Contractor shall be responsible for the replacement of items or repair damage to vehicles or facilities to previous conditions if the Contractor is determined to be at fault for the damage.
Contractor shall be liable for any claim of damage or missing/stolen property involving customers vehicles while in possession of such.
Contractor shall be liable for all damages incurred to all persons and/or property as a result of negligent operation of customers vehicles while in possession of such.
Contractor shall ensure all claims are directed to and handled by on-site management who shall immediately notify the COR and VAPD. Corrective actions to resolve all claims shall commence immediately. All claims shall be settled within fourteen (14) working days unless extenuating circumstances warrant additional time and is authorized by the CO.
Contractor shall ensure all vehicle accidents or theft claims are immediately reported to VAPD for investigation.
The VA assumes no responsibility for above claims.
Complaints and Disruptive Behavior
Contractor shall promptly and courteously respond to all complaints within 10 working days, including complaints brought to the Contractor s attention by the CO or COR.
Contractor shall maintain a written record of all complaints, both written and oral showing the identity of the individual, the nature of the complaint, and the Contractor s response.
Contractor shall permit the COR to inspect such records upon request.
Contractor shall provide adequate on-site management to handle disruptive behavior of any valet employee performing valet operations. The Contractor agrees to permanently remove any valet employee from performing work associated with this contract, if at the sole discretion of the VA, the employee poses a health and safety risk to any patient or individual requiring services, or if the COR disapproves of the conduct due to interferences with the business or operation of HWWVAMC.
Contractor Point of Contact (POC)
Contractor shall designate one employee as the POC responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the Contractor shall notify the CO and COR in writing those times when the alternate shall act as the POC.
Contractor shall provide the names and telephone numbers of the designated POC and alternate POC for the contract as well as on-site management who will work at HWWVAMC.
Contractor shall ensure POC(s) are available by telephone Monday through Friday, between 08:00 and 16:30 EST, excluding National holidays.
NORMAL HOURS OF OPERATION
Hours of Operation are from 07:00 to 16:30 hours, Monday through Friday, excluding Federal Holidays and any other day specifically declared by the President of the United States to be a Federal Holiday. The Contractor shall adjust the level of valet employees as necessary to ensure efficient operations. If deemed necessary by the COR, the hours of operation may be periodically adjusted based upon volume and demand.
At the conclusion of valet operating hours, the Contractor shall turn over all unclaimed vehicle keys, an inventory log of remaining vehicles with location of each, and associated valet claim tickets to the Administrative Officer of the Day (AOD). Owners of vehicles will pick up their keys at the AOD Desk. The Contractor shall post a minimum of two signs explaining this procedure.
NATIONAL HOLIDAYS
Listed below are the 11 National holidays:
New Year s Day
Martin Luther King, Jr. s Birthday
President s Day
Memorial Day
Juneteenth
Independence Day
Labor Day
Columbus Day
Veterans Day
Thanksgiving Day
Christmas Day
When the holiday falls on a weekend, it will be recognized on either the preceding Friday or following Monday. Coordination will be made with the COR to determine the appropriate date of observance of Federal Holidays, or any other day specifically declared by the President of the United States.
SPECIFIC EVENTS AND REDUCTION OF SERVICE
COR will notify the Contractor in advance of any special events which might cause parking issues because of additional patients, patrons, or visitors to HWWVAMC.
Contractor shall adjust the number of valet employees to accommodate the workload of extra vehicle volume.
In the event of severe weather or other emergencies limiting the operations of HWWVAMC, coordination with the COR shall occur prior to reduction of valet operations.
Any other event or situation requiring limiting valet operations, shall be coordinated with the COR first.
A notice to the Contractor to discontinue or reduce the level of service at the Government convenience shall not result in any service charge or assessment fee for the disconnection or reduced service.
DRUG/ALCOHOL AND SMOKING POLICY
Contractor shall ensure that all valet employees performing under this contract comply with HWWVAMC drug and alcohol-free workplace policy.
Contractor shall conduct, at their own expense, random drug and alcohol tests on valet employees. Random drug and alcohol tests shall be conducted at least once a year on each valet employee performing under this contract.
Contractor shall conduct, at their own expense, directed drug and alcohol tests of valet employees when reasons exist to suspect the use of illegal drugs and/or alcohol while performing services under this contract. Reasons for testing include, but are not limited to, impaired judgement, abnormal performance, erratic operation of vehicles and endangering the safety of patients, VA employees, and visitors. The COR in conjunction with VAPD will identify any valet employees needing testing. If a valet employee refuses testing, the Contractor agrees to permanently remove them from performing work associated with this contract.
Contractor shall provide evidence or copy of the results of valet employee drug and alcohol testing when requested by the COR.
HWWVAMC is a smoke free facility and campus. No smoking is permitted on HWWVAMC property.
PERFORMANCE MONITORING PROCEDURES AND CUSTOMER SATISFACTION SURVEYS
COR may audit the turnaround time or conduct periodic unannounced inspections to assure waiting periods do not exceed the performance requirements. Additionally, the Contractor s ability to manage the traffic flow shall be periodically audited to ensure valet operations are provided in a safe and efficient operational manner.
COR will be responsible for monitoring the Contractor s performance. Performance deficiencies or poor performance identified during the term of the contract will be reported to the Contractor.
Contractor shall, upon notification of deficiencies or poor performance, be given a reasonable time to take corrective action. If determined appropriate, the CO or COR will meet with the Contractor to review performance and resolve issues. All deficiencies or poor performance shall be documented and MUST be corrected within the timeframe specified.
Contractor shall notify the CO and the COR when corrections have been made. If appropriate corrections are not made within the timeframe specified, the Government shall have the right to terminate the contract in its entirety.
HWWVAMC may conduct independent customer satisfaction surveys to evaluate valet operations. Participation by Veterans in all surveys will be voluntary. Results of customer satisfaction surveys may be shared with the Contractor, particularly when service improvement is needed.
DENIAL/TERMINATION OF SERVICES
Action to limit, suspend or revoke service contract shall be in accordance with the procedures outlined in VA guidelines or Federal Acquisition Regulations. The Contractor shall be notified by the CO when the necessity becomes apparent to exercise such authority.
CO will provide the Contractor with copies of documentation initiating the revocation process if such action becomes apparent. The Government reserves the right to refuse acceptance of service provided by the Contractor due to poor performance or failure to comply with the requirements specified herein.
Contractor shall coordinate with the COR to resolve complaints concerning unacceptable performance. However, the CO is the final authority on validating complaints. If the Contractor is involved and named in a validated complaint, the Government reserves the right to refuse acceptance of the services of the Contractor.
The CO shall be the final arbitrator on questions of acceptable performance.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 09, 2023 03:39 pm EDTSources 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 >