Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

X -- Parking Spaces

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
HSCEOP-06-Q-00030
 
Response Due
3/24/2006
 
Archive Date
4/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(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 notice constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. FOB Destination. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation number is HSCEOP-06-Q-00030. This requirement is issued as a Request for Quote (RFQ) (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. (iv) This solicitation is being issued as a 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 812930, and the size standard is $6,000,000 (v) The Contract Line Item Number and item, quantities, and units of measure are: CLIN 0001 ? Seventy-six (76) parking spaces located within a 0.75-mile radius (or 3-blocks whichever is less) of 630 Sansome Street, San Francisco, CA 94111. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 1001 ? Seventy-six (76) parking spaces located within a 0.75-mile radius (or 3-blocks whichever is less) of 630 Sansome Street, San Francisco, CA 94111. (OPTION) QTY: 06 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ The anticipated date for contract award is April 1, 2006. (vi) The contract must provide for parking spaces in a covered and fully secured structure that is well lit and secured 24 hours per day seven (7) days a week. Permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). Parking structure shall be able to accommodate the following types of vehicles: sedans, utility vehicles, minivans, and maxivans. Parking to consist of individual spaces or tandem (with 2 vehicles per space) or combination of tandem and individual spaces. If tandem parking is provided, the contractor shall be responsible to attach a lock box for automobile keys to the secure area. The lock box will be provided by Immigration & Customs Enforcement (ICE). The placement of the lock box will be determined by ICE. If parking spaces are all single spaced, a lock box is not required. Secure access to the facility shall be by key security card or a number pad. If key security card is used, Contractor will issue keys to ICE. If number pad is used for access, ICE will control the numbers. A minimum of 153 sq ft is required for each parking space. Based on this minimum area, some typical parking layouts include: 18?-6? x 8?-8?, 19??0? x 8?-6?, 18?-0? x 9?-0?, and 18?-0? x 8?-6?. Parking area shall be kept clean. All trash shall be picked up and disposed of in appropriate containers as needed. Dirt, grime, and oil accumulation shall be removed. 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. (vii) The term of the contract will be one year from the date of award. Place of performance: within a 0.75-mile radius (or 3-blocks whichever is less) of 630 Sansome Street, San Francisco, CA 94111. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) Award will be based on technically compliant low price. (x) ONLINE REPRESENTATION AND CERTIFICATION APPLICATION (ORCA) The Federal Acquisition Regulation was recently amended to require offerors complete Representations and Certifications through 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 due date. (xi) The clause at 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 clause at 52.203-6 Restrictions on Subcontractor Sales to the Government ? Alt. I (Oct 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Item (Feb 2006); 52.217-5 Evaluation of Options (Jul 1990), 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 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (Oct 2003) (xiv) Rating under the Defense Priorities and Allocations System (DPAS) ? N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due no later than March 24, 2006 ? 12:00 Noon EDT at the Department of Homeland Security, Immigration & Customs Enforcement, Office of HQ Procurement, 425 I Street, NW, Room 2208, Washington, DC 20536. No Solicitation document is available. Offerors may fax their offer to (202) 616-7876. Offerors must call (202) 305-9229 to confirm receipt of fax. (xvii) For more information regarding this solicitation please contact Tanya M. Hill, Contract Specialist, (202) 305-9229 / Tanya.m.hill@dhs.gov or Victoria D. Short, Contracting Officer, at (202) 514-1959 / Victoria.short@dhs.gov.
 
Place of Performance
Address: .75-Mile Radius (or 3 blocks, whichever is less) of, 630 Sansome Street, San Francisco, CA
Zip Code: 94111
Country: US
 
Record
SN01010489-W 20060322/060320213517 (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  © 1994-2020, Loren Data Corp.