Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
DOCUMENT

X -- VA Parking Prog - Official Vehicles - Attachment

Notice Date
2/27/2012
 
Notice Type
Attachment
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;1776 I Street, NW;Washington, DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA10112Q0053
 
Response Due
3/7/2012
 
Archive Date
5/6/2012
 
Point of Contact
Anethra Facione
 
E-Mail Address
6-1364<br
 
Small Business Set-Aside
N/A
 
Description
1. Type of Document: Combined Synopsis/Solicitation 2. Provide a NAICS Code: 812930 3. Title: Veterans Affairs Central Office (VACO) Employee Subsidized Parking Program / Veterans Affairs (VA) Officials ™ Vehicles Parking 4. Response Date: Wednesday, March 7, 2012 5. Point(s) of Contact: Ms. Anethra Facione, Contract Specialist, phone: 202-756-1364, E-mail: Anethra.Facione@va.gov 6. Solicitation or Reference Number: VA-101-12-Q-0053 7. Description: 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 of which proposals are being requested. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. This requirement is not set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 812930 with a small business size standard of $35.5M. The solicitation provides for request of quote for a base and four option periods. Base Period: Contract Line item Number (CLIN) 0001 “ Nine (9) UNRESERVED parking spaces to service 1100 First Street, NE, for the period from Date of Award “ 1 Year (12 mons); Option Year 1: Contract Line item Number (CLIN) 1001 “ Nine (9) UNRESERVED parking spaces to service 1100 First Street, NE, for the period of Base Year End “ 1 Year (12 mons); Option Year 2: Contract Line item Number (CLIN) 2001 “ Nine (9) UNRESERVED parking spaces to service 1100 First Street, NE, for the period of Option 1 Year End “ 1 Year (12 mons); Option Year 3: Contract Line item Number (CLIN) 3001 “ Nine (9) UNRESERVED parking spaces to service 1100 First Street, NE, for the period of Option 2 Year End “ 1 Year (12 mons); Option Year 4: Contract Line item Number (CLIN) 4001 “ Nine (9) UNRESERVED parking spaces to service 1100 First Street, NE, for the period of Option 3 Year End “ 1 Year (12 mons). The Contractor shall provide for a total of nine (9) unreserved parking spaces as delineated for the government facility (1100 First Street, NE) in a covered structure that is well lit, clean and safe. Parking permit holders shall have accessible entry to government facility twenty-four (24) hours a day/seven (7) days a week/three hundred sixty-five (365) days per year, including holidays. The parking facility shall be located within a 0.25-mile radius (or 2-blocks, whichever is less) of the Government facility (1100 First Street, NE). The facility shall be secured during normal business hours as well as after operational hours. All interior stairwells and exit doors will be secured to prevent unwelcome intruders. When possible, security camera will be installed to improve the security of the facility. The Contractor shall provide the necessary labor, materials, supplies and equipment to provide garage maintenance such as trash removal, sweep and wash, snow removal and facility maintenance such as lighting, clear marking, and required proper directional signs and signage to comply with local, state, and federal parking guidelines, rules and regulations, including the requirements set forth by the DC Parking Garage Code and the Americans with Disabilities Act (ADA) as necessary to accommodate personnel, if required. The Government reserves the right to increase or decrease the number of parking spaces required without penalty, provided notice and contract modification is given to the Contractor 30 days in advance. Inspection and acceptance of the services requested in this solicitation will be performed by the Contracting Officer or a Contracting Officer ™s Technical Representative. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Contractors' 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. The following additional clauses are cited: the provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2009), applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.216-18 Ordering ; 52.216-19 Ordering Limitations; When the Government requires supplies or services covered by this contract in an amount of less than 1 parking space, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. The Contractor is not obligated to honor $200,000.00 (1) Any order for a single item in excess of $200,000.00; (2) Any order for a combination of items in excess of $200,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for a quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section ;, 52.216-22 Indefinite Quantity; 52.216-27 Single or Multiple Awards; 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (SEPT 2006), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (APR 2010); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-22 -- Previous Contracts and Compliance Reports (FEB 1999), 52.222-25 -- Affirmative Action Compliance (APR 1984), 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 2010), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov 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. The Contract Line Item information Numbers (CLINs), Items, Quantities, and Units of Measure shown in Attachment 1 Pricing schedule (Schedule of CLINS) will be requested from the successful bidder. Successful Contractor shall submit Pricing as a separate document, using the Attachment 1 or other attachment which includes the format of Attachment 1. Fixed monthly rates shall include all costs and fees, and shall not include the local Washington DC tax (currently 12%) as the procuring and paying entity is a Federal Government office. Questions in response to this solicitation shall be submitted NLT 4:00 PM EST Wednesday, February 29, 2012. All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. Contact person: Ms. Anethra Facione at 202-756-1364; email: Anethra.Facione@va.gov. Please cite reference number VA101-12-Q-0053 in the quotation. Quotes must be received by NLT 4:00 PM EST Wednesday, March 7, 2012. Quotes shall be submitted electronically to Ms. Anethra Facione at Anethra.Facione@va.gov. 8. Period of Performance: One (1) Base Year from the Date of Award (DOA), plus four (4) one (1) year Option Periods. 9. Place of Performance: The primary place of performance will be at the Contractor ™s facilities in the immediate Washington, DC metropolitan area within a two block radius of the employee ™s assigned building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10112Q0053/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-Q-0053 VA101-12-Q-0053.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301074&FileName=VA101-12-Q-0053-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301074&FileName=VA101-12-Q-0053-003.docx

 
File Name: VA101-12-Q-0053 ATTACHMENT 1_SOLICITATION EVAL-FACTORS.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301075&FileName=VA101-12-Q-0053-004.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301075&FileName=VA101-12-Q-0053-004.DOCX

 
File Name: VA101-12-Q-0053 ATTACHMENT 2_PRICE-COST SCHEDULE_20120210_02.XLSX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301076&FileName=VA101-12-Q-0053-005.XLSX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301076&FileName=VA101-12-Q-0053-005.XLSX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02684135-W 20120229/120227235257-76ba32296bba69e554ac6954f333a4de (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.