SOLICITATION NOTICE
99 -- Parking Spaces
- Notice Date
- 6/13/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- 155160
- Response Due
- 6/17/2008 5:00:00 PM
- Archive Date
- 6/18/2008
- Point of Contact
- Lauren E Edwards,, Phone: (202) 406-6940, Lauren E Edwards,, Phone: (202) 406-6940
- E-Mail Address
-
lauren.edwards@usss.dhs.gov, lauren.edwards@usss.dhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is 155160 and is issued as a (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-22. The NAICS code is 812930 and the size standard is $6.5 million. The U.S. Secret Service has a requirement for sixteen (16) (sedans/mini-vans) reserved parking spaces within a commercial parking garage, with guaranteed twenty-four (24) hour access. The garage must be available for Secret Service use seven (7) days per week. Self- parking capability is required. The garage parking space must be clean, free of rubbish and garbage on the floor and parking spaces. The garage must have preventive measures to keep garage free from mice, rats, snakes, and other unsafe rodents. The garage must be free of water standing in floor parking area. The garage must be well lighted with appropriate ventilation and exhaust. The contract will be priced per vehicle, per month and the term shall include a four month period June 2008 through September 30, 2008. Offeror must be registered in Central Contract Registration (CCR). The description and specification provided herein, is essential to the Government's requirement. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (JUL 2006) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); In accordance with FAR 52.212-2, All quotes shall be evaluated based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. A copy of the offeror's completed record from ORCA shall be printed and submitted with the offer). 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006), the following clauses apply and are incorporated by reference: 52.233-3, Protest after award, 52.222-3, convict labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All quotes must include; 1) a unit cost for each line item 2) Company Information (address, telephone number, point of contact), 3) Tax Identification Number, 4) Dun & Bradstreet Number, 5) completed and signed copy of the FAR 52.212-3, Representations and Certifications. Please note: All responsible quotations shall be forwarded via to Email to Lauren.Edwards@usss.dhs.gov no later than 5:00 P.M. (EST), Tuesday, June 17, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32f14e5e23e394c4b46b6c9a84585eed&tab=core&_cview=1)
- Place of Performance
- Address: Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN01593072-W 20080615/080613215703-55f81e1f4161dde114d08f080d4ef178 (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 |