Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2015 FBO #5026
SOLICITATION NOTICE

X -- Parking Spaces - ATTACHMENT A - MAP

Notice Date
8/26/2015
 
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-15-R-00169
 
Archive Date
9/24/2016
 
Point of Contact
Sheri Brooks, Phone: 202-447-5574
 
E-Mail Address
sheri.brooks@hq.dhs.gov
(sheri.brooks@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT C - INSTRUCTIONS, CONDITIONS AND NOTICES ATTACHMENT B CONTRACT LINE ITEM NUMBERS MAP Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. The Government intends to award Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-15-R-00169. 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) 2005-83. (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 $38,500,000.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure (including options) are listed in Attachment B (CLIN Structure). The anticipated date for contract award is September 29, 2015. (vi) (a) The contractor shall provide for unreserved and handicap reserved parking spaces for mobility disabled individuals from which access for egress/ingress is wheelchair-accessible in accordance with the Americans with Disability Act (ADA) in a covered and fully secured structure that is well lit, kept cleaned, maintained and secured 24 hours a day, seven (7) days a week. The facility shall be monitored by a garage attendant, at a minimum, between the hours of 7:00am and 7:00pm. (b) The contract is limited to 2 garages within the prescribed limits of consideration shown on Map A, Attachment A. Proximity to the () is preferred. (c) Contractor shall provide 24/7 operational elevator access to ALL levels of the garage for which the contract provides parking spaces. (d) Reserved spaces should be single-spaced with no stacking; i.e., not blocked or be part of a tandem space. (e) Unreserved parking spaces may be individual or tandem spaces (with no more than 2 vehicles stacked per space). (f) Permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). (g) Parking structure shall have a clearance for two oversized vehicles, defined as overall height 77" x overall width 80" x overall length 249". (h) Secure access to the facility shall be by key security card or a numbered pad. If key security card or fob is used, Contractor shall issue keys or fobs to DHS for all first time parking participants. Any lost or replacement hang tags/key access cards/fobs shall be replaced by contractor; however, employee(s) assigned to a lost or damaged hang tag/key access card/fob is fully responsible for the replacement fee at current retail rate. At no time, shall this fee be included onto contract. If numbered pad is used for access, DHS will control the numbers. Permit or vehicle hang tags shall be delivered monthly or yearly for distribution to parking participants. (vii) Date(s) and place(s) of delivery and acceptance and FOB point is to be determined at time of contact award for a base term of one year, plus four one year option periods. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. The following addendum has been attached to this provision: Each Offeror shall submit Pricing as a separate document that shall include the format identified in Attachment B. (ix) The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability with emphasis on distance (see Map, Attachment A), Past Performance, and Price. Award will be made to the lowest price Offeror meeting all technical requirements identified in this solicitation. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015), applies to this acquisition. The Federal Acquisition Regulation (FAR) requires offerors to complete annual representations and certifications electronically via www.acquisition.gov. The offeror is hereby required to complete the annual offeror representations and certifications prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. The following addendum has been attached to this provision: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition. Additional FAR clauses applicable to this requirement are at: 52.203-6, Restrictions on Subcontractor Sales to the Government - Alternate I (Sep 2006); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Sep 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2013); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013); 52.217-8, Option to Extend Services (Nov 1999); 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 (Jan 2014); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-35, Equal Opportunity for Veterans (Jul 2014); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Jul 2014); 52.222-40, Notification of Employee Rights Under the National labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policies to Ban Text massaging While Driving (Aug 2011); and, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013). (xiii) The following additional FAR provisions and clauses are necessary for this acquisition and consistent with customary commercial practices: 52.202-1, Definitions (Nov 2013); 52.204-7, System for Award Management (Jul 2013); 52.217-5, Evaluation of Options (Jul 1990); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.232-1, Payments (Apr 1984); 52.242-13, Bankruptcy (Jul 1995); 52.243-1, Alternate 1, Changes - Fixed-Price (Aug 1984); 52.246-4, Inspection of Services- Fixed -Price (Aug 1996); and, 52.249-2, Termination for Convenience of the Government (Fixed-Price) (Apr 2012). The following Homeland Security Acquisition Regulations provisions and clauses are necessary for this acquisition and consistent with customary commercial practices: 3052.209-70, Prohibition Contracts with Corporate Expatriates (Jun 2006); and, 3052.242-72, Contracting Officer's Technical Representative (Dec 2003). Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.aquisition.gov and at http://farsite.hill.af.mil/VFHSARA.HTM (respectively). (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) The date, time and place proposals are due: See Attachment C. (xvi) Any requests for additional information or explanations concerning this document must be submitted to Ms. Sheri Brooks, Contracting Officer, (202) 447-5574 Sheri.brooks@hq.dhs.gov no later than Friday, September 2, 2015 at 10:00 a.m. Eastern Time (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-15-R-00169/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03856929-W 20150828/150826235841-37e8d548634c916caf98c8de392826b0 (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.