Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

X -- Parking Spaces - Attachment A

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-09-00125A
 
Archive Date
8/7/2009
 
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
(sheri.brooks1@dhs.gov, johnnie.lewis-banks@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Contract Line Item Numbers and Price Structure 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-09-00125A. 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) 2005-32. (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 July 27, 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 Facility located at 650 Massachusetts Avenue, 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 7:00 a.m. and 7:00 p.m. (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 12 months. Place of delivery and acceptance: within a 0.25-mile radius (or 1-block whichever is less) of DHS Facility located at 650 Massachusetts Avenue, NW, Washington, DC. FOB Destination. (viii)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Quoters’ must address each of the technical requirements outlined in section “vi” a through h. Quoters’ 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. Quoters must submit the name and contact information of at least two relevant past performance references. Each Quoter shall submit Pricing as a separate document that may include the format shown in section (v). Fixed monthly rates shall include all costs and fees. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. This contract will be awarded on a Lowest Price Technically Acceptable basis. Vendors will be evaluated based on their adherence to the requirements set forth in Section (vi). (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), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 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) Any requests for additional information or explanations concerning this document must be received no later than Tuesday, July 21, 2009 at 10:00 a.m. (EST). Offers are due no later than Thursday, July, 23, 2009 at 12:00 p.m. Eastern 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RUAS-09-00125A/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN01879803-W 20090719/090718000951-53ecdddeed82c550604da25791ac4390 (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.