Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOLICITATION NOTICE

X -- Parking Spaces (Washington, DC) - Attachment A - Schedule of CLINs

Notice Date
9/19/2012
 
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-12-Q-00418
 
Archive Date
10/9/2012
 
Point of Contact
Johnny Lai, Phone: 202-447-0289, Johnnie D. Lewis-Banks, Phone: 202-447-5583
 
E-Mail Address
johnny.lai@hq.dhs.gov, johnnie.lewis-banks@hq.dhs.gov
(johnny.lai@hq.dhs.gov, johnnie.lewis-banks@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A - Schedule of CLINs (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 HSHQDC-12-Q-00418. This requirement is issued as a Request for Quotations (RFQ). (iii)This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. (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 $35,500,000. (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 September 25, 2012. (vi)For this contract, the Contractor shall adhere to the following requirements: a. The unreserved parking spaces provided must be in a covered and fully secured structure that is well lit and secured twenty-four (24) hours a day, seven (7) days a week. b.The Contractor shall have available parking spaces beyond the estimated spaces indicated in the SOW, in case requests for additional parking permits are submitted by the Government. c.The facility shall be located at or near 90 K Street NE, Washington, DC. Specifically, the facility should be within a 0.25 mile radius or one (1) block distance (whichever is less) of the Department of Homeland Security (DHS) facility located at 90 K Street NE, Washington, DC. d.Permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). e.Parking spaces may be individual spaces or tandem (with 2 vehicles per space) or a combination of tandem and individual spaces. f.The facility shall be monitored by a garage attendant, at a minimum, between the hours of 7:00 A.M. and 7:00 P.M Eastern Standard Time (EST). g.The parking structure shall have a clearance of at least 7'8". h.Secure access to the facility shall be by a key security card or a number pad. If a key security card is used, the Contractor shall issue keys to DHS. If number pad is used for access, DHS will control the numbers. i.The parking area shall be kept clean and maintained. (vii)The Date and Place of Delivery and Acceptance, and FOB: The date is to be determined at the time of contract award for a term of a Base Year plus Four (4) Twelve (12) month Option Periods. The Place of Delivery and Acceptance is within a 0.25 mile radius (or 1-block, which is less) of the DHS Facility located at 90 K Street NE, Washington, DC. FOB Destination. (viii)The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Contractors must address each of the technical requirements outlined in Section "vi", "a" through "I". Contractors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contract name; Contact E-mail Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Contractors must submit the name and contact information of at least two (2) recent and relevant past performance references. Recent is identified as within the last three (3) years. Each Contractor shall submit Pricing as a separate document in the format shown in Section "v" (see Attachment A "Schedule of CLINs"). Fixed monthly rates shall include all costs and fees. (ix)The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The contract will be awarded on a Lowest Price Technically Acceptable basis. Vendors will be evaluated based on their adherence to the requirements set forth in Section (vi). (x)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The FAR 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 FAR 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 this requirement are: The clause at 52.203-6, Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995); 52.209-5, Certification Regarding Responsibility Matters (APR 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2012); 52.217-9, Option to Extend the Term of the Contract (MAR 2000); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (MAR 2012); 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 Veterans (SEPT 2010); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii)The following additional clauses are cited: FAR 52.204-7, Central Contractor Registration (AUG 2012); HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates; 3052.242-71, Contracting Officer's Representative. Full text of FAR clauses and provisions incorporated by reference can be found at http://www.acquisition.gov/far/ and HSAR clauses at http://farsite.hill.af.mil/. (xiv)Rating under the Defense Priorities and Allocations System (DPAS): N/A. (xv)Any requests for additional information or explanations concerning this document must be received no later than Thursday, September 20, 2012 at 3:00 P.M. EST and must be submitted electronically (via e-mail) to the individuals noted in Section "xvi". Offers are due no later than Monday, September 24, 2012 at 10:00 A.M. EST and must be submitted electronically (via e-mail) to the individuals noted in Section "xvi". (xvi)For more information regarding this solicitation, please contact Mr. Johnny Lai, the Contract Specialist, at (202) 447-0289 or johnny.lai@hq.dhs.gov or Ms. Johnnie Lewis-Banks, the Contracting Officer, at (202) 447-5583 or johnnie.lewis-banks@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-Q-00418/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02889676-W 20120921/120920000704-257e652c111d646fdc30498f1a812bfe (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.