Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
SOLICITATION NOTICE

X -- PARKING SPACES

Notice Date
11/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
EOPOA-07-ONDCP-01
 
Response Due
12/4/2006
 
Archive Date
12/19/2006
 
Description
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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Proposals No. EOPOA-07-ONDCP/01. The solicitation document and incorporated provisions and clauses are those effective through Federal Acquisition Circular 2005-13. The SIC Code assigned to this requirement is 7521 with a small business size standard of $5.0 million. The Office of Administration intends to award a fixed-price contract for parking spaces for employees within the Executive Office of the President (EOP). EOP, Office of Administration requires a minimum of 30/maximum of 75 parking spaces. The EOP is comprised of several independent components within the complex. At any time during the period of this contract, the government may add anyone of the independent components to the contract by written modification to the contract. The government may also increase or decrease the number of parking spaces by written modification to the contract. The term of this contract shall be from January 1, 2007 through December 31, 2007. The contract shall be awarded for base year with two 1 year options; maximum of 3 years. The parking spaces must be located within a two block radius of the National Drug Control Building at 750 17th Street, NW; Washington, DC and be accessible twenty-four (24) hrs a day, seven days a week. Due to the unusual working hours of the staff (i.e., late night and week-end work) it is highly desirable that the garage be located within a high traffic area that is well lighted. For this reason, a premium will be placed on the type of security available in the parking garage. The following items are mandatory: (1) public buzzers on each level of the parking garage to contact parking lot office for assistance; (2) procedures to allow staff to be escorted from garage entrance to their cars after normal working hours; (3) procedures which allow for cars to be locked; (4) unlimited removal of vehicle ?in and out? privileges at no additional cost during the working day; and, (5) must be able to have the option of self-parking or valet services. The following CLAUSES AND PROVISIONS listed below are incorporated and made as part of this contact: 52-212-1, Instructions to Offerors?Commercial Items, apply to this acquisition with the following addendum: Written offers shall include a description of the parking facility being offered, including street address, security measures the firm has in place for permit holders, and any special rules and regulations of the garage; and supplies or services and price/costs, pricing for the contract base year and each option year (cost per space/per month). Proposals without fixed pricing for the entire life of the contract will be rejected. 52.212-2, Evaluation?Commercial Items, (a) The Government will award a contract resulting from the solicitation to the responsible Offeror whose proposal conforms to the solicitation and is most advantageous to the Government. The proposal will be evaluated in accordance with the following criteria in descending order of importance: 1. Location of garage and general conditions of the facility. 2. Security measures in place for protection of permit holders. 3. Monthly cost of the permit, including option periods. Offerors shall include a completed copy of 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the Contractor?s Duns Number with its offer. Contractor must be registered in the Central Contractor Registry (CCR). Any offeror that is interested in receiving a copy of the forms listed below can contract Cynthia R. Tarr @ (202)395-7666. The following clauses apply to this acquisition: FAR Clause 52.212-4, Contract Terms and Conditions?Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders?Commercial Items, (a) The contractor agrees to comply with the following FAR clauses, which are incorporated by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor; and (2) 52-233-3 Protest After Award. (b) The Contractor agrees to comply with the FAR Clause in paragraph (b) which the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of law or Executive Orders applicable to the acquisitions of commercial items or components: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustments for Illegal or Improper Activity; 52-219-8, Utilization of Small Business Concerns; 52.217-6 Options for Increase Quantity; 52.217-9, Option to Extend the Term of the Contract; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans. Any contract awarded as a result of this RFP will contain a clause prohibiting the contractor from referring to this contract in commercial advertising or similar promotions in such a manner as to state or imply that the product or service provided is endorsed or preferred by the White House, the Executive Office of the President, or any other element of the Federal Government or is considered by these entities to be superior to other products or services. Proposals must be faxed to the following address or emailed no later than 5:00pm, EST, December 4, 2006: FAX ? (202)395-7666 or EMAIL ? Cynthia_R._Tarr@oa.eop.gov. There is no solicitation package.
 
Record
SN01175396-W 20061104/061102221045 (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.