Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2004 FBO #1046
MODIFICATION

X -- Lease of Parking Space

Notice Date
9/3/2004
 
Notice Type
Modification
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-SECOCT2004
 
Response Due
9/16/2004
 
Point of Contact
Tanya Hill, Contract Specialist, Phone 202-305-9229, Fax 202-616-7876, - Kathleen Gregory, Contracting Specialist, Phone 202-353-2668, Fax 202-514-3353,
 
E-Mail Address
tanya.m.hill@dhs.gov, kathleen.gregory@dhs.gov
 
Description
The purpose of this amendment is to replace the Description in it's entirety. The Immigration and Customs Enforcement Division of Homeland Security (ICE) intends to negotiate, on a sole source basis, a contract with Interpark Inc., 1920 L Street, Suite 300, Washington, DC, 20036 for fifty-three (53) parking permits located in the Tech World building at 1800 K Street, NW, Washington, DC. The anticipated date for contract award is October 1, 2004. The term of the contract will be through September 30, 2005 with an option to extend an additional four (4) years. This is a combined synopsis/solicitation for commercial service 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 and is subject to availability of funds. The contract must provide for a parking facility that is well lighted and secured 24 hours per day. Permit holders shall be able to access the parking facility twenty-four hours per day, seven days a week (including holidays) as follows: an attendant must be on duty and available at the entrance to the garage 7:00 A.M to 7:00 P.M. Monday through Friday, excluding Federal Government Holidays; and, at all other times, an automated access control system that will activate a gate/entrance door, or a specified security system. The parking facility shall be accessible at all times by permit holders to self-park, lock and retrieve vehicles, except in specified instances. Permit holders shall not be required to leave their keys with a parking attendant, except in specified instances. 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 ICE has determined that Interpark is the only responsible vendor who can provide the necessary number of parking permits within the above geographic restrictions in the required time frame. Interested parties must submit a detailed response, to include parking facility location(s), security measures, and access system that demonstrate the ability to meet ICE needs. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis will be considered by the Government. Responses will not be considered as proposals or bids, and cost and pricing data are not solicited. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The following contract clauses and provisions apply: 52.202-1 Definitions,52.203-2 Gratuities, 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-7 Anti-Kickback Procedures, 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.204-7 Central Contractor Registration, 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-3 Offeror Representations and Certifications – Commercial Items, 52.212-4 Contract Terms And Conditions--Commercial Items, 52.215-5 Facsimile Proposals, 52.215-8 Order of Precedence – Uniform Commercial Contract Format, 52.216-24 Limitation of Government Liability, 52.217-8 Option to Extend Services, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity For Special Disabled Veterans,Veterans Of The Vietnam Era, And Other Eligible Veterans, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans, 52.223-6 Drug-Free Workplace, 52.225-13 Restrictions On Certain Foreign Purchases, 52.232-1 Payments, 52.232-18 Availability of Funds, 52.232-33 Payment By Electronic Funds Transfer—Central Contractor Registration; 52.233-2 Service of Protest, 52.233-3 Protest after Award, 52.242-13 Bankruptcy, 52.243-1 Changes – Fixed Price (Alt 1), 52.249-1 Termination For Convenience Of The Government(Fixed-Price) (Short Form), Responses are due by September 16, 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-OCT-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/COW/Reference-Number-SECOCT2004/listing.html)
 
Place of Performance
Address: 1800 K Street, NW Washington, DC
Zip Code: 20536
Country: USA
 
Record
SN00689907-F 20041007/041005213853 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.