Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOLICITATION NOTICE

X -- Leased Parking

Notice Date
11/3/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PARKING425I06
 
Response Due
11/7/2006
 
Archive Date
11/10/2006
 
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 PARKING425I06 and is issued as a Request for Quotation (RFQ). (iii) This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-13. (iv) This solicitation is unrestricted as to business size. The associated North American Industry Classification System (NAICS) code is 812930 (v) The ICE, Office of Resource Management (ORM) has a need for sixty (60) leased parking spaces as follows: CLIN 0001 The Contractor shall provide twenty (20) buffer zone parking spaces and forty (40) carpool spaces (sixty [60] spaces monthly) within a .10 mile radius of 425 I Street NW, Washington, DC 20536 QTY: _1_ UNIT OF ISSUE: _YR_ UNIT PRICE: $_______ TOTAL: $________ (vi) Twenty (20) buffer zone parking spaces and forty (40) carpool spaces (sixty [60] one-year parking passes) within a .10 mile radius of 425 I Street NW, Washington, DC 20536. The contract must provide for parking spaces on a well-lit lot. Permit holders shall have access to the parking lot twenty-four (24) hours per day, seven (7) days a week (including holidays). Parking lot shall be able to accommodate the following types of vehicles: sedans, utility vehicles, minivans, and maxivans. Parking area shall be kept clean. Parking Lot shall be monitored, at a minimum, between the hours of 7:00 am to 3:00 pm. All trash shall be picked up and disposed of in appropriate containers as needed. (vii) Period of Performance one (1) year. Place of delivery and acceptance shall be Parking Lot within a .10 mile radius of 425 I Street, NW., Washington, DC 20536. FOB Destination. The Contractor shall propose a firm fixed price. (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); 52.217-8 Option to Extend Services (Nov 1999), 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); 52.232-18 Availability of Funds (APR 1984); 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 November 7, 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 Tracy C. Miller, Contract Specialist, (202) 353-3772.
 
Place of Performance
Address: 425 I Street, NW
Zip Code: 20536
Country: UNITED STATES
 
Record
SN01175715-W 20061105/061103220307 (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.