SOLICITATION NOTICE
X -- Parking Spaces - Parking Solicitation
- Notice Date
- 6/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-11-R-00109
- Archive Date
- 7/12/2011
- Point of Contact
- milton v slade, Phone: 2024470801, Patrick J Kennedy, Phone: 202 447-5478
- E-Mail Address
-
milton.slade@dhs.gov, patrick.kennedy@dhs.gov
(milton.slade@dhs.gov, patrick.kennedy@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- CLIN Structure Evaluation Criteria Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government intends to award a Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is RUAS-11-00082 / HSHQDC-11-R-00109. This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. (iv) This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 812930, and the Small Business size standard is $6,500,000.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS). The anticipated date for contract award is July 1, 2011. (vi) The contract shall provide for (a) reserved and unreserved parking spaces in a covered and fully secured structure that is well lit and secured 24 hours a day seven (7) days a week. (b) Facility shall be located within a 0.25-mile radius (or 1-block whichever is less) of DHS facilities located at or near 1120 Vermont Ave NW and 1125 15th NW, Washington DC. (c) Permit holders shall have access to parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). (d) Parking spaces may be individual spaces or tandem (with 2 vehicles per space) or combination of tandem and individual spaces. (e) The facility shall be monitored by garage attendant, at a minimum, between the hours of 7am and 7pm. (f) Parking structure shall have a clearance of at least 7' 8". (g) Secure access to the facility shall be by key security card or a number pad. If key security card is used, Contractor shall issue keys to DHS. If number pad is used for access, DHS will control the numbers. (h) Parking area shall be kept clean and maintained. (vii) Date of delivery and acceptance: To be determined at the time of contract award for a term of a base year plus one option year. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offeror's submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document, in the format indentified in Attachment A. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability with emphasis on distance and security, Past Performance, and Price. Technical Capability and Past Performance when combined, is more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the Orca via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses applicable to its requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52-209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (May 2011) 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.222-3 Convict Labor (Jun 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (July 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans, (Sept 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans, (Sept 2010); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.209 - 2 (May 2011) Prohibition on contracts with corporate expatriates; 3052.242-72 Contraction Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations (DPAS) - N/A. (xv) Offers are due no later than June 27, 2011 - 12:00 Noon Eastern Standard Time (EST) and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Milton Slade, Contract Specialist, (202)447-0801 / Milton.Slade@hq.dhs.gov or Patrick Kennedy, Contracting Officer at (202)447-5578 / Patrick.Kennedy@hq.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-R-00109/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN02476963-W 20110622/110620234543-a7800af32a57aa5578eaeafc99f812f7 (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 |