Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

X -- Parking Spaces Seattle

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Western Services Center (10PZ1), 915 2nd Avenue, Room 390, Seattle, Washington, 98174
 
ZIP Code
98174
 
Solicitation Number
10PSWD-11-0007
 
Archive Date
8/31/2011
 
Point of Contact
Maria Elena Rivera, Phone: 2062205062
 
E-Mail Address
marie.rivera@gsa.gov
(marie.rivera@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT TO THE AVAILABILITY OF FUNDS This is a combined synopsis - solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice and FAR 16.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) The government intends to award an Indefinite Delivery Requirements firm-fixed priced contract with a base period (October 1, 2011 - September 30, 2012) and four (1 year each) option periods (October 1, 2012 - September 30, 2016). (ii) This solicitation is issued as a request for proposal (RFP). Incorporated and provisions and clauses are those in effect through Federal Acquisition Circular 05-53 (iii) This is a full and open acquisition with associated NAICS 812930 which has a size standard of $35.5 million. (iv) Item No. Supplies/ Services Qty Unit Unit Price Extended Amount 0001 Base Period 204 EA 10/01/2011 - 9/30/2012 Monthly indoor parking with 24/7 access; in and out self-parking privileges, within 1/5 miles of the JFB, 915 2nd Ave. Seattle, WA 98174-1058 (Estimated 17 Spaces x 12Mos = 204) Item No. Supplies/ Services Qty Unit Unit Price Extended Amount 1001 Option Year One 204 EA 10/01/2012 - 9/30/2013 Monthly indoor parking with 24/7 access; in and out self-parking privileges, within 1/5 miles of the JFB, 915 2nd Ave. Seattle, WA 98174-1058 (Estimated 17 Spaces x 12Mos = 204) Item No. Supplies/ Services Qty Unit Unit Price Extended Amount 2001 Option Year One 204 EA 10/01/2013 - 9/30/2014 Monthly indoor parking with 24/7 access; in and out self-parking privileges, within 1/5 miles of the JFB, 915 2nd Ave. Seattle, WA 98174-1058 Estimated 17 Spaces x 12Mos = 204 Item No. Supplies/ Services Qty Unit Unit Price Extended Amount 3001 Option Year One 204 EA 10/01/2014 - 9/30/2015 Monthly indoor parking with 24/7 access; in and out self-parking privileges, within 1/5 miles of the JFB, 915 2nd Ave. Seattle, WA 98174-1058 (Estimated 17 Spaces x 12Mos = 204) Item No. Supplies/ Services Qty Unit Unit Price Extended Amount 4001 Option Year One 204 EA 10/01/2015 - 9/30/2016 Monthly indoor parking with 24/7 access; in and out self-parking privileges, within 1/5 miles of the JFB, 915 2nd Ave. Seattle, WA 98174-1058 (Estimated 17 Spaces x 12Mos = 204) (v) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (vi) 52.212-2 -- Evaluation -- Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is lowest priced, technically acceptable. Technical acceptability will be based on the following requirement: Indoor parking with twenty-four hour access, seven days a week; in and out privileges and self-parking. The contractor will not have access to vehicle keys. The parking is within 1/5 of a mile of the Jackson Federal Building (915 Second Ave., Seattle, WA). Offer must include pricing for base period and option periods to be considered. All offerors shall include a completed copy of FAR 52.213-3, Offeror Representation and Certifications-Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov as below: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (vii) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (viii) Clauses FAR 52.212-4 applies to this acquisition. FAR 52.216-21 - Requirements (Oct 1995) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010) X (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). X (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). FAR 52.216-18 - Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by a Contracting Officer. Such orders may be issued from October 1, 2011 through September 30, 2012. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than Twelve (Qty of one is 1 parking space for 1 month) the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of Three hundred; (2) Any order for a combination of items in excess of $80,000.00; or (3) A series of orders from the same ordering office within sixty days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within ten days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-6 -- Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of expiration. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within Anytime Prior To Contract Expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. General Information: Responses are to be sent via email to marie.rivera@gsa.gov or received by GSA/Seattle Metropolitan Service Center, 915 Second Ave, Suite 390, Seattle, WA 98174-1058 no later than 4:00 p.m. Pacific Standard Time, August 16, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PZ1/10PSWD-11-0007/listing.html)
 
Place of Performance
Address: Jackson Federal Building, 915 2nd Ave., Seattle, Washington, 98174-1058, United States
Zip Code: 98174-1058
 
Record
SN02508095-W 20110724/110723012045-ae2de86385944d953c3847de06504991 (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.