Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

X -- Leased Parking Spaces-Washington, DC (HQ) - Combined Synopsis

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Homeland Security, DHS Office of the Inspector General, DHS Office of the Inspector General, 1120 Vermont Avenue, NW, Washington, District of Columbia, 20005, United States
 
ZIP Code
20005
 
Solicitation Number
70VT1518Q00052
 
Archive Date
6/30/2018
 
Point of Contact
Tamika Richardson, Phone: 2022544065
 
E-Mail Address
Tamika.Richardson@oig.dhs.gov
(Tamika.Richardson@oig.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation/Combined Synopsis 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. Solicitation number 70VT1518Q00052 is issued as a Request for Quotes (RFQ). The Department of Homeland Security-Office of Inspector General (DHS-OIG) has a requirement for (9) Reserved Parking Spaces and (30) Regular Parking Spaces located at, or within a 1-block radius of 395 E. Street SW, Washington, DC 20024. The following specifications must be met: Must have 24 hour, seven days a week access Secured facility with in and out privileges and self-parking Contractors/Attendants will not leave the vehicles unsecured and will not have or require access to vehicle keys Lot must be an enclosed (covered) facility Parking spaces must be located at, or within a 1-block radius of 395 E. Street S.W., Washington, DC 20024. The contract period of performance will be for (1) Base Period and (4) Option Periods. Base Year: 06/22/18-09/30/18 Option Year 1: 10/01/18-09/30/19 Option Year 2: 10/01/19-09/30/20 Option Year 3: 10/01/20-09/30/21 Option Year 4: 10/01/21-09/30/22 The Government intends to award a competitive fixed price contract with economic price adjustment. The Offeror shall submit a quote for the Base Period and (4) Option Periods. The quote should include the cost per parking space per month for the Base Period and the cost per parking space per month for the Option Periods. The Government anticipates awarding on the offeror that provides the lowest price technically acceptable offer. The quote submitted shall include the following: I. Pricing: Provide a firm fixed price for (1) Base Period and (4) Option Periods. The price is to include monthly cost and cost per parking space. II. System for Award Management (SAM) registration info (i.e. DUNS #) III. V endor address and TIN number Quote shall be submitted in electronic format and emailed to Tamika Richardson at Tamika.Richardson@oig.dhs.gov by no later than 5:00 p.m. (Eastern Time), June 15, 2018. Questions shall be directed to Tamika Richardson via email at Tamika.Richardson@oig.dhs.gov by no later than June 14, 2018 at 12:00 p.m. EST. EVALUATION : Award will be made to the lowest priced technically acceptable offeror. In order to be technically acceptable, the offeror shall provide a quote of pricing and meet the items identified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management (Oct 2016) 52.204-13 System for Award Management Maintenance (Oct 2016)52.232-18 Availability of funds (Apr 1984) 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); 52.212-2 Evaluation-Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2017) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Nov 2017) 52.217-5 Evaluation of Options (July 1990) 52.217-7 Option for Increased Quantity--Separately Priced Line Item (Mar 1989) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.232.39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.233-3 Protest after Award (Aug. 1996) 52.222-26 Equal Opportunity (Sep 2016) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-37 Employment Reports on Veterans (Feb 2016) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) These FAR Provisions and Clauses may be accessed electronically at: http://www.acquisition.gov/far. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Reference requisition number 70VT1518Q00052 when submitting your quote. This requirement is unrestricted. NAICS 812930.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a94aadea43b854046e2242f8d185e7a)
 
Record
SN04951994-W 20180614/180612230542-7a94aadea43b854046e2242f8d185e7a (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.