Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
DOCUMENT

X -- Parking Spaces - Schedule of CLINS

Notice Date
2/20/2009
 
Notice Type
Schedule of CLINS
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RUAS-09-00072
 
Archive Date
3/14/2009
 
Point of Contact
Sheri S Brooks,, Phone: 202-447-5574, Johnnie D Lewis-Banks,, Phone: 202-447-5583
 
E-Mail Address
sheri.brooks1@dhs.gov, johnnie.lewis-banks@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The Government intends to award Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is RUAS-09-00072. 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) 2005-30. (iv)This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 812930, and the Small Business size standard is $6,500,000 (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS). The anticipated date for contract award is March 1, 2009. (vi)The contract shall provide for (a) unreserved and reserved parking spaces in a covered and fully secured structure that is well lit and secured 24 hours a day seven (7) days a week. (b) Facility shall be located within a 0.25-mile radius (or 1-block whichever is less) of DHS Facilities located at 1120 Vermont Ave NW and 1125 15th St NW, Washington, DC. (c) Permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). (d) Parking spaces may be individual spaces or tandem (with 2 vehicles per space) or combination of tandem and individual spaces. (e) The facility shall be monitored by a garage attendant, at a minimum, between the hours of 7:00am and 7:00pm. (f) Parking structure shall have a clearance of at least 7’ 8”. (g) Secure access to the facility shall be by key security card or a number pad. If key security card is used, Contractor shall issue keys to DHS. If number pad is used for access, DHS will control the numbers. (h) Parking area shall be kept clean and maintained. (vii)Date of delivery and acceptance: To be determined at time of contract award for a term of a base year plus one option year. (viii)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors’ submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document, in the format identified in Attachment A. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability with emphasis on distance and security, Past Performance, and Price. Technical Capability and Past Performance when combined, is more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (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 response 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 provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: 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 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JAN 2009); 52.217-8 Option to Extend Services (NOV 1999), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 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 (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xv) Offers are due no later than February 27, 2009 – 12:00 Noon Eastern Standard Time (EST) and must be submitted electronically (via email) to the individuals noted in section “xvi”. A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Sheri S Brooks, Contract Specialist, (202) 447-5574 / Sheri.Brooks1@dhs.gov or Johnnie Lewis-Banks, Contracting Officer at (202) 447-5583 / Johnnie.Lewis-Banks@dhs.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00dae91e9b7864f9aa99e1a87aee4449&tab=core&_cview=1)
 
Document(s)
Schedule of CLINS
 
File Name: Schedule of CLINS (attachmenta.doc)
Link: https://www.fbo.gov//utils/view?id=7d2956ce7df0867331ae43741c300f85
Bytes: 45.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN01754219-W 20090222/090220215222-00dae91e9b7864f9aa99e1a87aee4449 (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.