Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

99 -- Los Angeles AFB off-site parking

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 2420 VELA WAY Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
FA2816-06-R-0013
 
Response Due
3/13/2006
 
Description
This is a combined synopsis/solicitation for commercial non-personal services in accordance with the format in FAR 13.303 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. This solicitation is not restricted by any set-asides. North American Industry Classification System (NAICS) code applicable to this effort is 812930, automobile parking garages or lots. The government intends to award multiple Blanket Purchase Agreements (BPA) resulting from this solicitation. The resultant Agreements will be for up to 882 parking spaces within one-half mile of Los Angeles Air Force Base, El Segundo, CA, beginning 1 Apr 06 through 31 Mar 09. The contactor shall furnish all labor, equipment, material and any other items necessary to provide off-site parking services for Los Angeles Air Force Base (LAAFB), El Segundo California on an as needed basis. Parking spaces shall be within a one-half mile walking distance of LAAFB that will be available 24 hours a day, 7 days a week. The parking area shall have controlled entry and exit that can be accessed by authorized LAAFB personnel. The contractor shall have a procedure in place to guarantee LAAFB parking space availability and to guarantee that only authorized LAAFB personnel are parking in the designated spaces. All responses to this solicitation (RFP) must make reference to solicitation number FA2816-06-R-0013. Interested offerors have seven (7) calendar days from publication of this combined synopsis/solicitation to submit their proposal. Proposals shall include pricing on a per space/month basis. Handicapped parking spaces are not required. The offeror is responsible for monitoring this site for the release of/and changes to the solicitation and any subsequent addendums. All applicable documents will be posted to this web site. The only method for receipt of proposals shall be written form that complies with the guidelines contained in this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06, Effective on November 14, 2005. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the following addenda: (1) Paragraph (e) Multiple Offers, of FAR 52.212-1, is NOT applicable; the Government will NOT entertain multiple offers; (2) Offerors shall submit a written proposal that clearly demonstrates how the offeror plans to meet each of the three (3) technical factors (Addenda to FAR 52.212-2, Evaluation Factors (a)-(c) below; the written proposal shall not exceed five (5) single-spaced typewritten pages (one side only). FAR Clause 52.212-2, Evaluation-Commercial Items (Jan 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following technical factors shall be used to evaluate offers: (a) Parking located within a one-half mile walking distance from LAAFB; (b) Operator has a reasonable and achievable method to control access to authorized persons; (c) Operator has spaces available by contract start date, on or before 1 APR 06. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. To be considered for award, offeror proposal must be technically acceptable in all technical factors. In addition, offerors shall provide the number of parking spaces available with a price per space. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition and a completed copy of appropriate portion of the provision should be provided with the offer. Offerors are invited to complete the annual representations and certifications electronically at the ORCA website, http://orca.bpn.gov. FAR 52.212-4 applies to this contract with the following notes and addenda: (1) DFAR 252.204-7004(Alt 1 Oct 2003), Required Central Contractor Registration applies to this contract in addition to the requirement at FAR 52.212-4(t); (2) (NOTE: TO BE ELIGIBLE TO RECEIVE AN AWARD RESULTING FROM THIS SOLICITATION, THE CONTRACTOR MUST BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE, NO EXCEPTIONS. In order to register, apply through the Internet at http://www.ccr.gov/. A DUNS (DUN AND BRADSTREET) NUMBER IS REQUIRED IN ORDER TO REGISTER); (3) DFARS 252.232-7003, Electronic Submission of Payment Requests applies to this contract in addition to the requirement in FAR 52.212-4(i), NOTE: Offerors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil or call 1-866-618-5988; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this contract with the following notes and addenda: (a) (1)FAR 52.233-3, Protest after Award (Aug. 1996) (31 U.S.C. 3553; (2) FAR 52.233-4, Applicable Law For Breach Of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b)(1) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); (15) 52.222-19 ? Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); All responsible vendors may submit an offer, which will be considered. Verification of CCR registration and Tax ID number must accompany your proposal. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Oral communication is not acceptable in response to this RFP. Mail or deliver three (3) hardcopy written proposals and one (1) electronic copy on CD in Microsoft Word and/or Excel to 61 CONS/LGCP Delivery Location: 61 CONS/LGCP, Building 272, room C3-200 Mailing Location: 61 CONS/LGCP, 2420 Vela Way, Suite 1866, Los Angeles Air Force Base, El Segundo, CA 90245-4659 (Attn: Ms. Chadsey Kittock, 310 653-5409). Offerors proposals are due not later than 3pm (PST) on March 13, 2006. NO facsimiles will be accepted.
 
Place of Performance
Address: Los Angeles AFB, El Segundo CA
Zip Code: 90245
Country: USA
 
Record
SN01000767-W 20060308/060306212309 (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.