Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

X -- Lease of Space/Location in New York City

Notice Date
5/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
 
ZIP Code
20373-5802
 
Solicitation Number
02Q125
 
Response Due
6/17/2002
 
Archive Date
7/2/2002
 
Point of Contact
Deborah Locke, Contract Specialist, Phone (202) 406-6793, Fax (202) 406-6801, - Joyce Tincher-Harris, Supervisory Contract Specialist, Phone 202-406-6798, Fax 202-406-6801,
 
E-Mail Address
dlocke@usss.treas.gov, jdharris@usss.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial lease of space 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. Solicitation number 02Q0125 is issued as a request for quotes (RFQ) clauses are those in effect through Federal Acquisition Circular 01-6. This requirement is NOT set aside for small business. The Government intends to award a firm fixed-price contract. Period of lease/rental is 29 August 2002 through 30 September 2002 with options for years 2003 through 2007. There is a firm fixed-price line item (30 day lease), 0001 for the base year. The firm fixed-price line items for the option years are: 0002 for year 2003; 0003 for year 2004, 0004 for year 2005; 0005 for year 2006 and 0006 for year 2007. The requirement is as follows. The U.S. Secret Service has a need for the lease/rental of a location within the following parameters: A paved open area 75,000-100,000 square feet. A Midtown Manhattan location, below 57th Street, is preferred. The area must be easy to secure and the preferred location would be weatherproof, indoors or enclosed with a roof. The roof should not have any water leaks. Access must be available twenty-four (24) hours per day, 7 days a week, for approximately 30 days and allow government control of access/egress. The location must be suitable for vehicular parking with appropriate exhaust and ventilation. It must be clean, free of rubbish and garbage on the floor. It must be free of water standing in the floor and have sufficient load bearing capabilities for 300 or more vehicles. The location should have approximately two 400 square foot offices. The location must be well lighted. It must have electrical outlets or the ability to temporarily install 12 to 15 dedicated 20 amp circuits. It must allow for the temporary installation of dedicated telephone and data circuits. The location must have access to clean, sanitary restrooms. The offer must have provisions for janitorial support for daily workspace and restroom clean-ups. A standard commercial garage is acceptable (with government ability to control space access). Self-parking capability is required. The following FAR provisions and clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items. There are no addenda to the provision. 52.212-2, Evaluation - Commercial Items, is not applicable to this solicitation. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statues Of Executive Orders - Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in the clause, 52.212-5, are applicable to this acquisition: 52,222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Clause 52.217-9, Option to Extend the Term of the Contract is included as follows: (a) The Government may extend the term of this contract by written notice to the contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 60 months. These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotes must contain pricing for all line items plus a description and address of location offered. Please note: All responsible offerors shall forward quote via Fax (202) 406-6801 or email dlocke@usss.treas.gov no later than 17 June 2002 by 4:00 p.m. local time.
 
Place of Performance
Address: New York City, New York
 
Record
SN00072341-W 20020508/020506213436 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.