MODIFICATION
R -- PARKING SERVICES - Amendment 2
- Notice Date
- 4/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, District of Columbia, 20503
- ZIP Code
- 20503
- Solicitation Number
- OAS-FAC-R-12-0004
- Archive Date
- 5/12/2012
- Point of Contact
- Gelila A. Teshome, Phone: 2023957671, Ronald M. Hansen, Phone: 2023956416
- E-Mail Address
-
gteshome@oa.eop.gov, rhansen@oa.eop.gov
(gteshome@oa.eop.gov, rhansen@oa.eop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- extend the deadline for proposals responses from 04/23/2012 to 04/27/2012 PARKING SERVICES COMBINED SYNOPSIS/SOLICITATION INTRODUCTION. 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 Solicitation Number OAS-FAC-R-12-0004 is issued as a Request for proposal (RFP). This solicitation document incorporates provisions and clauses in effect through FAC 2005-56 (April 2, 2012). The Associated North American Industrial Classification System (NAICS) code for this procurement is 812930 (Parking Lots and Garages). This procurement is being issued as 100% SMALL BUSINESS set-aside FORMULA FOR DETERMINING TOTAL OFFER PRICE CLIN Description Quantity (186 Spaces x 12 months) (a) Monthly Price per decal (b) Price per year (a x b) CLIN 0001 Base Year 5/1/2012 - 4/30/2013 2232 $ - $ - CLIN 0002 Option Year 1 5/1/2013 - 4/30/2014 2232 $ - $ - CLIN 0003 Option Year 2 5/1/2014 - 4/30/2015 2232 $ - $ - CLIN 0004 Option Year 3 5/1/2015 - 4/30/2016 2232 $ - $ - CLIN 0005 Option Year 4 5/1/2016 - 4/30/2017 2232 $ - $ - Total Price for CLIN 0001-0005 $ - SCOPE OF WORK BACKGROUND The Facilities Management Office, in the Office of the Administration, oversees the maintenance and space allocations within the Executive Office of the President (EOP) buildings, and also serves as a liaison with the General Services Administration (GSA) and other supporting entities on and around the White House complex. In order to conduct its mission, EOP's Facilities Management Office procures parking management services at the New Executive Office Building (NEOB) in Washington, D.C. SCOPE The Contractor shall provide all labor, material, equipment, supplies and supervision necessary and shall plan, schedule, coordinate and assure effective and economical completion of all services described herein. The Contractor shall provide parking management services in accordance with the requirements of this solicitation at the New Executive Office Building (NEOB) in Washington, D.C. SPECIFIC TASKS The Contractor shall ensure only authorized individuals park in the NEOB facility. The Contractor shall also ensure that the vehicles display an appropriate EOP parking permit and current validation sticker. The Government issues new validation stickers each month to approved parking permit holders. The Contractor shall provide all materials (except parking permits), supplies and equipment, as well as properly trained labor and supervision to furnish parking management and operations services. The Government will determine parking eligibility and furnish the physical parking permits. The presence of at least one attendant is required during garage operating hours (7:00 a.m. to 7:00 p.m. Monday through Friday, excluding Federal holidays). Attendant/s will check vehicles in and out of the facility, and control unauthorized use of the facility. The Contractor shall develop written procedures for the resolution of claims for injury or damage, and distribute those procedures to all the individuals using the parking facilities, the Contracting Officer Representative (COR) and the Contracting Officer (CO). The Contractor shall maintain the parking facility, including, but not limited to, picking up and removing all materials, paper, trash and discarded materials. In addition, the Contractor shall maintain the parking facility in a safe and clean manner. Some of the parking spaces in the NEOB are narrow and multiple vehicles deep. The Contractor shall provide parking assistance and space optimization services to effectively utilize all parking spaces. The Contractor shall initially park and/or relocate vehicles to accomplish this task. Government employees authorized to park at the NEOB will notify the Contractor if they expect to leave before their normal departure time and will request direction to a space with free access. The Contractor is responsible for ensuring that vehicles are not subject to vandalism. The Contractor is responsible for ensuring that vehicles are not subject to movement, and/or removal, except by authorized persons. The Contractor shall minimize any movement or disruption of the personal settings, internal and external for each vehicle (to include seat and mirror settings). If the need arises, the Contractor must ensure that the settings are returned to the original location. In an emergency, the operator of an obstructed vehicle will ascertain the permit number of the blocking vehicle and notify the attendant. The attendant will contact the COR and/or the owner of the blocking vehicle, and request movement within 15 minutes GOVERNMENT-FURNISHED EQUIPMENT AND GOVERNMENT-FURNISHED INFORMATION The Government will provide distinctive parking permits monthly to identify the parking areas, month of issuance and contractor's name. Each month will have a different color coding from the preceding month and will have the employee's name and Division. The permits will be numbered to coincide with the numbering system on the list of approved individuals to park. The Government issues new validation stickers each month to approximately 186 approved parking permit holders. Display: Authorized individuals will display the parking permit on the front dashboard with the current validation sticker facing the windshield to ensure it is easily visible. PLACE OF PERFORMANCE The NEOB Garage, 725 17th Street, NW, Washington, DC. WORK HOURS The work hours are 7:00 a.m. through 7:00 p.m. Monday through Friday, excluding Federal holidays. IDENTIFICATION OF ELIGIBLE INDULDES TO PARK The COR, appointed by the CO, will identify eligible parkers and provide the Contractor with a list of authorized individuals. During the contract period, the CO or the COR will notify the Contractor of deletions and additions to the list of approved individuals. The Government reserves the right to restrict parking at any time to accommodate official functions. The COR will notify the contractor in advance of any circumstances that require the contractor to restrict parking. PAYMENT Employees authorized to park in the NEOB garage must purchase parking permits from the Contractor at the beginning of each month. The parking fee is not pro-rated. The Contractor shall not accept cash from individuals who park in the NEOB garage. The Contractor shall accept electronic funds transfers. These payments may be made to the Contractor by payroll deduction or, voluntary allotment every two weeks. The Contractor may also accept check, money order, or any other means other than cash from employees who cannot arrange for electronic funds transfer. The Government will make no payments to the contractor. The number of permits sold may vary from month to month, and there is no guaranteed monthly number. The Government estimates that 186 parking permits may be issued monthly. PRICING OF OPTIONS Offerors shall price the option requirements for the four (4) additional 12 month periods by assuming that the minimum hourly wages and fringe benefits established by the Administrator, Wage and Hour Division, U.S. Department of Labor, for the initial 12 month period of performance will apply to the four (4) additional optional 12 month periods. The minimum wage rates and fringe benefits applicable to the initial 12 month period of performance are outlined on the Wage Determination website http://www.wdol.gov. The Government estimates that 186 permits can be sold each month. Do not include any allowance for any contingency to cover increased costs. Offerors are cautioned that any offer may be rejected as non-responsive if it is materially unbalanced as to prices for the option periods. INSPECTION Offerors are invited and urged to inspect the facility before submitting an offer. Failure to obtain first-hand information on conditions affecting performance will not relieve an offeror of the responsibility to perform if the offer is accepted. To arrange a visit of the facility call Gelila Teshome at 202-395-7671. Visits will be at the convenience of the EOP staff and limited by the following hours/dates: 9:00 a.m. - 4:00 p.m., April 11 - 17, 2012. ADDITIONAL CONTRACTOR RESPONSIBILITIES 1. Within 7 business days of after award, the Contractor shall submit to the CO, for the COR's review and approval, a set of operating instructions covering display of permits, instructions for entry, parking and departure of vehicles, and assignment of attendants. 2. All changes to the Contractor's operating instructions are subject to the COR's approval. 3. Post operating instructions within 1 day after the COR's approval. 4. Distribute copies of approved operating instruction changes to individuals using the parking facilities at the beginning of the month, coinciding with the Government's distribution of new parking passes. 5. Contractor shall not have authority to issue permits nor authorize parking. 6. Contact the COR concerning parking problems, unauthorized parking and other law enforcement problems. 7. Maintain files relative to each permit, and records reflecting each month's collections in accordance with recognized business practices. Records are subject to review or audit by the Office of Administration. 8. Survey sites to verify that correct permits are displayed, at least once a week, and report violations to the COR. 9. Contractor may be requested by the COR to collect additional related information. 10. Furnish all necessary labor, supplies, materials, equipment and supervision to satisfactorily the parking facility (pick up and remove all materials, paper, trash and discard materials). 11. Maintain a safe, sanitary facility. QUALIFICATION OF EMPLOYEES The Contractor shall submit a list of all persons employed to perform under the contract, two months or less prior to the start of the contract term. The contractor and all persons employed to perform under the contract must be cleared by the EOP Personnel Security Division (PSD) and the United States Secret Service (USSS). The Contractor's employees shall be responsible, physically and mentally qualified for their assigned tasks and possessing the necessary licenses or certification. Attendants who may be required to operate vehicles will have current motor vehicle operator's licenses. The Contractor's employees will wear name tags with logos and distinctive uniforms including outer wear of any appropriate color other than green or shades of green. Instructions to Offerors -- Commercial Items (Feb 2012) The following provisions are incorporated by reference: 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-2 -Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Price : The Government will evaluate the base and all option periods, to determine the total proposed price. The offeror shall submit their price utilizing the schedule above. ii. Past Performance: Past performance will be evaluated based on demonstrated, recent and relevant past performance of work of a similar nature and magnitude. Relevant is defined as providing a service similar to the EOP/OA requirement. Recent is defined as within the last three years. In conducting the past performance assessment, the government may use data obtained from other sources as well as that provided in the proposal. The Government will evaluate past performance as a measure of the Government's confidence in the offeror's ability to successfully perform based on a demonstrated record of performance. The offeror shall provide at least three references related to the contractor's past performance providing similar services within the last three years. If three references are not available, the offeror shall provide an explanation for the lack of references. The offeror may provide references from other Federal Government agencies, agencies of state or local governments, or private organizations requiring a similar scope of services. iii. Technical 1. Offerors shall provide personnel who meet security requirements by the start of the base year of the period of performance. 2. Offerors shall provide the required insurance documentation, meeting or exceeding the requirements in the RFP. 3. Offerors shall provide incident claim procedures including, at the minimum, incident handling, claim submission and company response to claims submitted. Technical and Past Performance, when combined, are equally important, when compared to price. NOTE TO OFFERORS If you have any questions, please contact Gelila Teshome via email at gteshome@oa.eop.gov or by telephone at (202) 395-7671 and Ronald Hansen RHansen@oa.eop.gov. Questions must be received by 12:00 PM Tuesday April 17, 2012. Contractor shall submit offers at or before 4:00 PM Eastern Standard Time on Friday April 27, 2012. Offers shall be submit via email to Gelila Teshome: gteshome@oa.eop.gov and Ronald Hansen RHansen@oa.eop.gov. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (April 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.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 (o) of this provision. 52.212-5 --Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (April 2012) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-26, 52.223-6, 52.223-18, 52.225-13, 52.228-5 and 52.232-33. The following are additional contract requirements and the Executive Office of the President Standard Terms and Conditions: 52.217-6 Option for Increased Quantity (Mar 1989); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.239-1 Privacy or Security Safeguard (Aug 1996). EOP TERMS AND CONDITIONS Prohibition against Advertising of Award The Contractor shall not refer to this award in commercial advertising or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President (EOP), the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the Contractor is restricted from reproducing the image(s) of the EOP in any form of commercial advertising or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Office. Section 508 Compliance Requirements All systems delivered and installed under this contract shall fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR 1194. Contractor may identify items that would qualify as an exemption from Section 508 per exception (d) - Back Office - Is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment.(36 CRF 1194.3(F)). Restriction Against Disclosure The Contractor agrees, in the performance of this task order, to keep the information contained in the source documents, or otherwise, furnished by the EOP in the strictest confidence, said information being the sole property of the EOP. The Contractor also agrees not to publish, reproduce or otherwise divulge such information, in whole or in part, in any manner or form, nor authorize or permit others to do so, taking reasonable measures as are necessary to restrict access to the information, while in his or her possession, to those employees who must have the information to perform the work provided herein on a "need-to-know" basis, and agrees to immediately notify the Contracting Officer in writing in the event the Contractor determines, or has reason to suspect, a breach of this requirement. The Contractor is responsible for ensuring all employees involved in the performance of this task order sign a "Restriction Against Disclosure" statement that is attached. The Contractor shall provide an original copy of each signed statement to the Contracting Officer prior to each employee beginning work. Potential Conflicts of Interest The Contractor assigned to work on this contract has an affirmative obligation to disclose to the Contracting Officer any personal or business relationship with Government personnel, or financial interests, which could present the appearance of an existing or potential conflict of interest. Failure to do so, if such becomes known by other means could result in a determination of no-responsibility prior to award or termination of contract after award. PERSONNEL SECURITY REQUIREMENTS All personnel working under this contract shall comply with security requirements of U.S. Secret Service. All workers shall carry picture ID and display their security badge while on the site. All prescribed identifi¬cation shall immediately be delivered to the Ordering Contracting Officer for cancellation upon release of any employee. For weekend work, the Contractor shall notify the Contracting Officer no later than the Wednesday prior to the work week Saturday through Sunday. This notice is required so security escorts may be provided and is separate and distinct from any notices required for outages. Also notify the Contracting Officer if personnel will not report to the job site on a particular day so that the security escort will be rescheduled for other duties. For performance of this contract, all physical and logical access to the Executive Office of the President (EOP) Complex requires approval by the Personnel Security Division (PSD). Approval is granted after a suitability determination by PSD, considering the results from required background checks and name checks. Contractors are granted access only after this approval is granted. All Contractor personnel who will be performing services under this contract, order or agreement must be at least 18 years of age and only U.S. citizens. All Contractors who require access to the EOP complex over 90 days must have been subject to a favorably adjudicated, or at the least, an initiated (from an approved Federal Government organization with security authority), Single Scope Background Investigation (SSBI). In addition to the SSBI, a name check performed by the Federal Bureau of Investigation (FBI), credit, and an IRS tax check will be conducted by PSD during the initial approval process. Evidence of a favorably adjudicated or properly initiated SSBI shall be presented to the security office on the first day at the EOP Complex or within two weeks of being notified that their work will extend for longer than a 90 day period. Permanent access (beyond 90 days) is granted only after PSD reviews and approves the results of the investigations. Contractors are responsible for providing personnel who meet EOP personnel security requirements. In this regard, Contractors are expected to perform initial background checks of all personnel who will be, or are expected to be, performing services under this contract, order, agreement. Failure to do so results in an unnecessary delay in beginning performance; results in a waste of Government resources to complete background checks on individuals who Contractors should have pre-screened; may result in unfavorable past performance evaluations for the Contractor because of a failure to meet contract, order, or agreement requirements; and may be a factor for evaluation of any award/incentive fees, if applicable. Contractors shall provide the following information of the Contractor staff that will need approval to gain access to the EOP Complex for performance of this contract, order or agreement: • Full Name • Date of Birth • Social Security Number • Valid Mailing Address • Valid Phone Number • Place of Birth • Country of Citizenship Contractors may be required to provide additional information as necessary to be granted access to the EOP Complex. The Contractor shall provide this information to the designated Contracting Officer's Representative or Contracting Officer. SERVICE CONTRACT ACT INFORMATION The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation clauses that have been incorporated by reference. The applicable Wage Determination information is as follows: - Wage Determination Number: 05-2103 Rev (11) - Area: DC, District-Wide - Occupation Code: 31260 - Title: Parking and Lot Attendant As of the last revision on June 13, 2011, the minimum wage rate for the above Occupation Code - Title was $10.07 per hour. Additional information about the minimum benefits required for this position can be found at http://www.wdol.gov. Additional Representations and Certifications Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction The Vendor must read and reply to the following when submitting its quote: (a) In accordance with various sections of the Fiscal Year 2012 Appropriation Acts, none of the funds made available by those Acts may: (1) be used to enter into a contract, memorandum of understanding, or cooperative agreement with, make a grant to, or provide a loan or loan guarantee to, any corporation that was convicted (or under certain appropriation acts, had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government. (2) be used to enter into a contract, memorandum of understanding, or cooperative agreement with, make a grant to, or provide a loan or loan guarantee to, any corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that: Vendor to complete: (1a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under any Federal law within the preceding 24 months, (1b) It is [ ] is not [ ] a corporation that had an officer or agent of such corporation acting on behalf of the corporation convicted of a felony criminal violation under any Federal law within the preceding 24 months, (2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. STANDARDS OF CONDUCT AND RESTRICTIONS: (a) The contractor shall conform to standards of conduct as follows: (a) Contractor employees shall dress appropriately for a professional office environment. (b) No contractor employees shall solicit new business while performing work under this contract on Government premises. (c) The contractor and his/her employees shall refrain from discussion with unauthorized persons any information obtained in the performance of work under this contract. (d) The contractor and his/her employees shall conduct only such business as covered by this contract during periods paid by the Government. Business not directly related to this contract shall not be conducted on Government premises. (e) Use of Government furnished equipment or records for company or personal use is strictly prohibited. Use of Government telephones to make personal, long distance phone calls at the Government's expense is prohibited. (f) While the contractor's employees are at the Government facility, the contractor is responsible for compliance with all laws, rules, and regulations governing conduct with respect to health, safety, and use of Government property. This relates not only to the health and safety of contractor employees and agents, but also that of Government personnel and other individuals. While on Government premises or at home and in the possession of Government property, the contractor is responsible for such property and damages thereto. (g) Contractor employees are expected to adhere to the high professional ethical standards to which Government personnel in a comparable position would be expected to adhere. In addition, contractor employees must comply with the pertinent provisions of the Office of Federal Procurement Policy Act Amendments of 1987, Pub. L. 101-189, 41 U.S.C. 423. (b) Contracting Office Address: Executive Office of the President, Procurement & Contract Management Division, Officer Office of Administration, 725 17th Street, NW, Room 5002, Washington, DC, 20503. Place of Performance: NEOB Garage, 725 17th Street, NW, Washington, DC 20503 Point of Contact: Gelila Teshome, Contracting Officer, Phone (202) 395-7671, Fax (202) 395-3982, Email gteshome@oa.eop.gov or Ronald Hansen RHansen@oa.eop.gov Phone (202) 395-6416, Fax (202) 395-3982.   Attachment A EXECUTIVE OFFICE OF THE PRESIDENT Employee______________________________________________ Company______________________________________________ Contract No.____________________________________________ I, ___________________________, understand that, during the course of performance of this contract, I may be given access to information on a privileged and confidential basis about specific Executive Office of the President (EOP) Information Technology applications, systems, structures, or other technical information or data that is highly sensitive or non-public. I hereby agree that I will protect from release or unauthorized disclosure, inadvertent or intentional, any and all information furnished to me by the Government under this contract or other information about which I may become aware during the course of performance under this contract. I acknowledge that I am specifically prohibited from publishing, reproducing or otherwise divulging any such information to any unauthorized person or entity in whole or in part. I further acknowledge that, while this information is in my possession, I shall take all reasonable measures to protect it from unauthorized disclosure and to restrict access to those who have a bona fide requirement for such access. I will direct all questions about the sensitivity of any such information or any other issue concerning disclosure of information to the Contracting Officer (CO) or the Contracting Officer's Representative. EOP retains full legal control over any information and records submitted by it to Contractor employee and may, to the extent permitted by law, modify such information or request that it be withdrawn from contractor's files and systems. Such information, to the extent permitted by law, shall not become part of Contractor records. If Contractor employee receives a request for EOP information or a request to which EOP information would be responsive, Contractor employee shall not provide EOP information in response to the request and shall instead refer the request to EOP. EOP will address the request in accordance with applicable law. Requests included within this paragraph include, but are not limited to, FOIA requests, Congressional requests and litigation-related requests. Any such request shall be sent in writing to the Office of Administration, Office of General Counsel through the Contracting Officer. All information regarding the procedures designed or developed specifically for EOP purposes under this task order must be regarded as sensitive information by the Contractor and not to be disclosed to anyone outside the Contractor employee's organization without the written permission of the CO. I understand that intentional conversion, conveyance or disposal of any official records containing such information may subject me to criminal penalties under Title 18, Section 641 of the United States Code. ______________________________________________ Signature Date ________________________ Title
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EOP/OP/WashingtonDC/OAS-FAC-R-12-0004/listing.html)
- Place of Performance
- Address: 725 17 th Street, NW, Washington, DC, Washington, District of Columbia, 20503, United States
- Zip Code: 20503
- Zip Code: 20503
- Record
- SN02725905-W 20120421/120419235122-07e15b00382953ba79abbfd0a4155a2f (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 |