The Hershel Woody Williams Veterans Affairs Medical Center (VAMC) located in Huntington, WV 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 812930. 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 Rachael.Hallock@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 April 10, 2025 at 1:00 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 STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams Veterans Affairs Medical Center (VAMC) located at 1540 Spring Valley Drive, Huntington WV, 25704 needs a surface parking overflow area provided by a local, third-party vendor that allows for students, residents, fellows, and Veteran patients of the medical center to park. This will have a base period with 3 option years. A.2 BACKGROUND The parking garage at the Medical Center needs repairs, leading to currently closing three levels of the garage and eliminating approximately 240 parking spaces. Efforts to increase parking on the property are not enough to offset this loss. The facility already had a parking deficit with plans being developed to build a second garage; however, this will not be completed in time to alleviate current constraints since we are only in design phase. In addition to the current deficit, with the return to office order currently in effect, the Medical Center is expecting an influx of 350 vehicles. During the repairs to the parking garage, the property cannot accommodate this vehicle capacity. A.3 SCOPE OF WORK Vendor will provide all labor, material, equipment, tools, and supervision necessary to provide surface area parking spots to be utilized by students, residents, fellows, and Veteran patients of the VAMC in accordance with the work requirements below in section B.1 Work Requirements. Vendor is not responsible for shuttle services. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 WORK REQUIREMENTS Vendor will provide up to 75-300 parking spots: 76-100 parking spots. No less than 4 of these will be designated as handicap accessible. 101-150 parking spots. No less than 5 of these will be designated as handicap accessible. 151-200 parking spots. No less than 6 of these will be designated as handicap accessible. 201-300 parking spots. No less than 7 of these will be designated as handicap accessible. Parking spots are to be available for use by the VAMC during the hours of 6:00 am to 6:00 pm, Monday through Friday, excluding Federal Holidays as outlined in section 3, Supporting Information. Surface parking area refers to outdoor parking spaces that are uncovered and not enclosed by walls that are either concrete, gravel or asphalt. The area must not be on a grassy/soil surface, such as typically seen with fairgrounds. The area must not be in a flood zone and properly draining during rain events. Handicap accessible spots must meet the requirements of the American Disability Act and state laws. They must also have an access aisle. The vendor must have adequate lighting in the area for after dark. For vehicles utilizing the lot after 6:00 pm, the vendor is to contact the Veterans Affairs Police Service (VAPD) to facilitate communication to have vehicle removed if necessary. Residents, fellows, and Veterans may have extenuating circumstances that require overnight stay and will be provided exceptions by the vendor for their parking. The vendor is not permitted to have vehicles towed from the lot without first contacting the VAPD. The vendor will need the make and model of the car, as well as the license plate number, when making the call to better assist locating the driver. For issues about overnight parking, or emergency issues arising after 4:30 pm, please contact the VAPD at 304-429-6755 x 2855. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE Location will be located within five (5) to ten (10) miles of 1540 Spring Valley Drive, Huntington, West Virginia. C.2 PERIOD OF PERFORMANCE Contract is for a base contract of one year plus three optional renewal periods as outlined below: Base period: April 28, 2025 April 27, 2026 Option period 1: April 28, 2026 April 27, 2027 Option period 2: April 28, 2027 April 27, 2028 Option Period 3: April 28, 2028 April 27, 2029 C.3 SPECIAL CONSIDERATIONS C.3.1 Supervision/Communications - The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this contract. The COR will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. The COR for this contract is Devon Ransbottom. Issues should be reported to as soon as possible. All communication should come through COR or the contracting officer (CO) for this service. Should the COR be unavailable, the alternate contact will be the Engineering Chief, Theodore Hamb. Devon Ransbottom Acquisition Utilization Specialist Devon.ransbottom@va.gov 304-429-6755 x 2385 Ted Hamb Chief Engineer Theodore.hamb1@va.gov 304-429-6755 x 2373 For issues about overnight parking, or emergency issues arising after 4:30 pm, please contact the VAPD at 304-429-6755 x 2855. During the period of performance, the vendor shall provide a primary and alternate point of contact who will be available by phone or email. C.3.2 Security Security will be Park At Your Own Risk . VAMC will not be supplying any type of security for the vehicles in this space. VAMC will not be responsible for damage to or theft of/from the vehicles parked in these spaces. C.3.2.1 The vendor must have adequate lighting in the area for after dark hours. C.3.2.2 If is preferred that the vendor have some type of security to include cameras, CCTV, or security rounding by an agency other than VAPD. C3.2.3 The C&A requirements do not apply, and a Security Accreditation Package is not required. This acquisition does not involve storage, generating, transmitting, or exchanging of VA sensitive information. It does not require C&A a MOU-ISA for system interconnection. Contractor shall identify which employees will be working under the awarded contract. C.3.3 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material, and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.4 Federal Holidays The VAMC has eleven (11) Federal holiday each year, listed below. New Year s Day Martin Luther King Jr. Day Presidents Day Memorial Day Juneteenth Fourth of July Labor Day Columbus Day Veterans Day Thanksgiving and Christmas. If the holiday falls on a Saturday, the holiday is typically honored the Friday before. If the holiday falls on a Sunday, the holiday is typically honored the following Monday. For non-recurring holidays granted by the President of the United States, such as declared for the funeral of past presidents, these will not be considered holidays by the VAMC for the purposes of this contract. -END OF DOCUMENT-