Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

X -- Secure Parking - Package #1

Notice Date
12/5/2011
 
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
10PSW-12-0004
 
Archive Date
12/28/2011
 
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
Pricing Sheet (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; proposals are being requested and a written solicitation will not be issued. The Government intends to award a Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (i) The government intends to award an Indefinite Delivery Requirements firm-fixed priced contract with a base period (Jan 1, 2012 - September 30, 2012) and four (4 EA) one year option periods (October 1, 2012 - September 30, 2016). (ii) This solicitation is issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. (iii) This is a Full and Open Competitive procurement with associated NAICS 812930 which has a size standard of $35.5 million. (iv) General Information: Responses are to be sent via email to marie.rivera@gsa.gov or hard copy to GSA/Seattle Metropolitan Service Center, 915 Second Ave, Suite 514, Seattle, WA 98174 and received by this office no later than December 13, 2011, 3:00 p.m. Pacific Standard Time. (v) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (vi) Submittal of Proposals - (a) Submit price proposal using attached Pricing Sheet, (b) Proposal MUST include the address of proposed site. (vii) Provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition with the below evaluation criteria to be included in paragraph (a) of that provision. 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: (a) Unreserved Indoor parking in clean and secured structure with twenty-four hour access, seven (7) days a week (including holidays), self-parking and in and out privilege. The contractor will not have access to vehicle keys. (b) Parking Facility shall be within 1/5 of a mile north of the Jackson Federal Building, 915 Second Ave., Seattle, WA 98174. (c) Access to the facility shall be secured by security personnel, key pad or security card. (d) Offer must include pricing for base period and all option periods to be considered. (e) Offer must include address of proposed site. (viii) 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 (ix) CLAUSES FAR 52.212-4 applies to this acquisition with the below addenda: (u) Paragraph added to incorporate the following: The following clauses are added: Clauses Incorporated by Reference: FAR 52.216-21 - Requirements (Oct 1995) Clause Incorporated by Full Text: 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 the individuals or activities designated in the Schedule. Such orders may be issued from January 2012 through September 2016. (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. (End of Clause) 52.216-19 -- Order Limitations. 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 (12EA), Qty of 1 EA is one parking space for one 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 $100,000. (2) Any order for a combination of items in excess of $100,000 or (3) A series of orders from the same ordering office within 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 10 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. (End of Clause) 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 64 months. (End of clause) x Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition with the below additional FAR clauses cited in the clause applicable to the acquisition: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _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). Environmental Assessment of Personal 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.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PZ1/10PSW-12-0004/listing.html)
 
Place of Performance
Address: 915 Second Ave, Seattle, Washington, 98174, United States
Zip Code: 98174
 
Record
SN02633175-W 20111207/111205233932-2af706bfaf76a584dfa8633ae848a3e7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.