SOLICITATION NOTICE
X -- Temporary Leasing of Four Parking Spaces - (Draft)
- Notice Date
- 2/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMO), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-10-UB-M-0016
- Archive Date
- 3/10/2010
- Point of Contact
- Marsha L. Payne, Phone: 8179787481
- E-Mail Address
-
marsha.payne@gsa.gov
(marsha.payne@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Temporary Leasing of Four Parking Spaces This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. GS-07P-10-UB-M-0016 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. The NAICAS code is 812930. The small business size standard is $7.0 million in average annual receipts. This acquisition is small business set-aside. This procurement is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.aquisition.gov/far/. Scope of Contract: The contractor shall provide all labor, supervision, materials, and equipment necessary to provide four (4) structured parking spaces for federal agency tenants displaced by the Hipolito F. Garcia ARRA renovation project. The Period of Performance is a 12 month base period with one 12 month option. This project shall consist of the following: Structured, reserved parking spaces within 2 blocks proximity to Hipolito F. Garcia FBCT located at 615 E. Houston Street in San Antonio, TX. Four (4) parking spaces: Three (3) spaces - March 1 2010 - April 30 2012 One (1) space - March 1 2010 - October 31 2010 SPECIAL REQUIREMENTS: Parking Spaces are to be marked "Reserved" with agency name or other identifying information as determined by individual agency. Federal agencies shall have 24 hour/7 days a week In & Out access to parking spaces. The contractor shall provide indoor parking spaces that have the following features: 24 hour, 7 days a week access. Parking garage location must be within a 2 block proximity of Hipolito F. Garcia FBCT, 615 E. Houston St., San Antonio, Texas to enable quick accessibility and response to emergency situations. The parking facility shall be accessible at all times by permit holders to self-park, lock and retrieve vehicles. The Contractor shall not require permit holders to leave their keys with a parking attendant. If the parking facility has more than one level, permit holders must be able to get to and from their vehicle via an elevator that stops on the entry level or other level, whichever is applicable. The Contractor shall provide either an electronic access card technology or a hang-tag permit system in the quantity, at the location, and for the firm fixed prices specified in resulting contract. If a hang-tag permit system is used, the Contractor shall furnish either monthly, bi-annual or annual parking permits. Cancellation The Contracting Officer may cancel any or all parking permits by providing the Contractor written notice at least thirty (30) calendar days prior to the cancellation date. Any such cancellation shall be made at no cost to the Government. If the cancellation date is not the last day of the month, the monthly price shall be prorated based on a 30-day month. All cancellations will be effected via contract modification issued by the Contracting Officer. Contractor invoices shall reflect the adjustment to the monthly price including any prorated amount for a partial month. Invoicing Invoices will be submitted to : GSA Heartland Finance Division (6BC) 1500 East Bannister Road, Room 1109 Kansas City, MO 64131 Or you may submit an electronic invoice through the following website: http://www.finance.gsa.gov You must include the Pegasys Document Number (PDN) in a prominent location on your invoice. Invoices without a PDN number will be rejected. The PDN number for this contract will be given to the successful Offeror upon award. Any inquiry regarding payment shall be directed to the Contracting Officer. Offerors may access their own payment information via the INTERNET at the following address: http://www.finance.gsa.gov After reaching this address, you will need to click on "Corporate Payment Search". For first time users, this page will prompt you through a request for access that will be provided by Finance. After receiving your password, the payment information may be accessed at any time. Central Contractor Registration (CCR) Offeror's registration with the CCR System is required. It involves a one-time business registration, with annual updates. Register in the CCR via the World Wide Web at http://www.bpn.gov. There is a CCR handbook available at this site to assist you with your registration. Additionally, if further assistance is needed during the registration process, you may contact the CCR Assistance Center toll free at 888-227-2423. Payment By Electronic Funds Transfer All payments by the Government under this contract shall be made by electronic funds transfer (EFT). The Government shall make payment to the Offeror using the EFT information contained in the CCR database. In the event that the EFT information changes, the Offeror shall be responsible for providing the updated information to the CCR database. If the Offeror's EFT information in the CCR database is incorrect, the Government need not make payment to the successful Offeror under this task order until correct EFT information is entered into the CCR database; and any invoice shall be deemed not to be a proper invoice for the purpose of prompt payment under this task order. If an uncompleted or erroneous transfer occurs because the Government used the Offeror's EFT information incorrectly, the Government remains responsible for- (i) Making a correct payment; (ii) Paying any prompt payment penalty due; and (iii) Recovering any erroneously directed funds. If an uncompleted or erroneous transfer occurs because the Offeror's EFT information was incorrect, or was revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and- (i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the Offeror is responsible for recovery of any erroneously directed funds; or (ii) If the funds remain under the control of the payment office, the Government shall not make payment, and the provisions of paragraph (d) of this clause shall apply. Pricing : See Attachment A attached for pricing format. The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Garage Location; and 2) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering, garage location and price. The following FAR Clauses are incorporated by reference: 52.212.1 Instructions to Offerors - Commercial: 52.212-2, Evaluation-Commercial Items: 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.222-21 Prohibition of Segregated Facilities; 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225.13 Restrictions on Certain Foreign Purchases, 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be obtained at http://orca.bpn.gov. The following clauses are incorporated in full text. 52.217-8 Option to Extend Services. As prescribed in 17.208 (f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208 (g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (End of clause) All responsible sources may submit an offer and if timely received will be considered (see evaluation factors), including Pricing Attachment A, pricing information; to Marsha Payne, GSA, via email marsha.payne@gsa.gov by close of business February 23, 2010. Send questions also by email to marsha.payne@gsa.gov by close of business February 16, 2010. FAX quotations will not be accepted. NOTE: CCR Registration: a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.207-1 Central Contractor Registration (OCT 2003). Information on registration may be obtained via the Internet at: http://ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Point of Contact Technical Information: Marsha Payne 817-978-7481
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/GS-07P-10-UB-M-0016/listing.html)
- Place of Performance
- Address: Hipolito F. Garcia FBCT, 615 E. Houston St., San Antonio, Texas, United States
- Record
- SN02062945-W 20100212/100210235218-a6b84f25697e555de430373859925e57 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |