Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2013 FBO #4171
SOLICITATION NOTICE

X -- PARKING SPACE LEASING FOR COLESVILLE ROAD SILVER SPRING MD - SF 18 - QUOTATION

Notice Date
4/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
13-233-SOL-00327
 
Archive Date
5/11/2013
 
Point of Contact
Raleigh Tanner, Phone: 301-443-1857
 
E-Mail Address
raleigh.tanner@psc.hhs.gov
(raleigh.tanner@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 18 Form to submit with quotation. This acquisitions is a combined synopsis/solicitatino for commericial items prepared in accordance with the format in Subpart 12.6 as supplemented with additiona information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The corresponding NAICS code is 812930 and the small business size standard size of $ 7.0 Million. The lessor must provide the following: The Program Support Service/Administrative Office Service(AOS), through the Program Support Center (PSC) /Strategic Acquisition Service(SAS)/Division Acquisition Management, requires parking to accommodate up to 19 vehicles as per the lease for employees working at 8455 Colesville Road, Silver Spring, Maryland. The lessor to provide one (1) reserved space for visitors. The lessor must provide highly qualified experienced personnel to manage all aspects of the contract and to serve as contacts and/or liaisons to the Project Officer or designee. Requirements: • The Lessor must provide up to 19 secured inside spaces to accommodate all types of vehicles (e.g. cars, mini vans, SUV's, handicapped accessible vehicles, motorcycles) at 8455 Colesville Road, Silver Spring, MD. PSC/AOS has the right to request amount of spaces less than 19. PSC/AOS retains the right to lease additional spaces up to 19 and the one reserved space at the agreed upon annual rate. • The Lessor must provide access to parking facility before or after "regular" work hours with a valid access key card and/or parking permit. • The Lessor must provide and coordinate with the Government for the distribution of all permits, hangtags, and/or access keys. The Government will manage the distribution of all permits hangtags, and access keys, if applicable. • The Lessor must provide stop signs, yield signs, or any other directional signs necessary for clear and understandable navigation of the parking garage. Proper signage for times of operations, specially designated spaces (i.e., handicapped, alternate fuel spaces, visitor, Red, carpool, other special spaces - Director's, government vehicles, etc.). • The Lessor must maintain proper lighting and maintenance in accordance with life safety code. Lessor is responsible for maintaining adequate and proper lighting, all ingress and egress equipment (parking arm and mechanism that moves arm), the intercom system, and the emergency call system (if separate from the intercom system) in the parking garage. If the ingress and egress equipment system is not operational and restoration is completed within 24 hours there shall be no adjustment to the monthly invoice. If the ingress and egress equipment is not operational for a period exceeding twenty-four (24) hours after notification by PSC to Lessor, the monthly invoice shall be reduced one-thirtieth of the monthly total for every day, or portion of a day, for which access is not available. After the initial 24 hour period, the PSC reserves the right to repair the emergency call system. The cost of repair will be deducted from the monthly invoice. • Snow/ice removal and disposal. It is, at all times, the responsibility of Lessor to properly maintain ingress and egress to all Parking lots and garages, keeping the area free of snow, ice and other debris. A sufficient numbers of spaces and ingress and egress to the garage must be clear by 6:00 am to accommodate employee's arriving to work. Snow, ice and other debris shall be cleared within a reasonable period of time and be kept clear during normal operating hours of 7:00 AM to 6:30 PM. A sufficient numbers of spaces must be cleared to park in for weekend, holiday and overnight operation crews. Parking spaces shall have visible paint. • Annual maintenance by the Lessor for the parking Lot includes re-striping, surface painting of directional arrows and emergency curbs, crosswalks, surface repairs, etc. Re-striping, surface repairs are required to be done by the Lessor as needed. • General maintenance to include re-paving, steam cleaning, leaf removal, damage removal (i.e., broken pavement), pot-hole repair, structural repair, damaged lighting, etc. • Provide daily clean up of parking areas • The lessor will patrol all lots/garages on a regular basis for unauthorized vehicles and arrange for their removal. In the event of changes in the parking policy of Government, PSC or the Department of Health and Human Services (HHS), or in the event PSC vacates all or part of the Leased Premises and returns all or part of the Leased Premises to the control of GSA, PSC shall have the right, without penalty, to make adjustments to increase, decrease, or to relinquish altogether, the number of parking Spaces leased under this Parking Contract. All above requirements apply to all option years. Period of Performance: Base Period: July 1, 2013 through December 31, 2013 Option Peiord # 1: January 1, 2014 through December 31, 2014 Option Period # 2: January 1, 2015 through December 31, 2015 Option Period # 3: January 1, 2016 through December 31, 2016 Option Period # 4: January 1, 2017 through December 31, 2017. The provisision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provisision at 52.212-2 is not applicable. The Government will award a contract resulting from this combined synopsis/solicitation to the resopnsible offeror whose offer conforms to the exact services listed above and is the best value. Interested firms may identify their interest and capability to respond to the requirement or submit proposals. This notices closing date for all proposals is April 26, 2013 @ 5:00 p.m. Eastern Standard Time. Offerors are to include a completed coyp of the provision at 52.212-3, Offeror Representattions and Certifications - Commercial Items, with it offer or acknowledge the listing in Online Represenations and Certificatinos Appliation (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2011), applies to this acquisstion. The Contarcting Officer has indicated the following clauses listed in paragaraph (b) as applicable and are hereby incorporated by reference: (a) (1) 52.222-50, Combating Trafficing in Persons (Feb 2009)(Applies to all contracts); (19) 52.22-3, Convict labor (June 2003) (E.O. 11755); (20) 52.22-19, Child Labor-Cooperation with Authorieis and Remedies (Aug 2009) (E.O. 13126); (21)52.22-21, Prohibition of Segregrated Facilities (FEB 1999); (22) 52.22-26, Equal Opportunity (Mar 2008) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Speciali Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006);(24) 52.22-26, Affirmative Action for Works with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.22-37, Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (38 U.S.C. 4212); (26) 52.222-54, Employment Eligibitilty Verification (Jan 2009. (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of cmomercial items as prescribed in 22.1803.): (28) 52.223-15, Energy Efficienty in Energy-Consuming Products (Dec 2007) (42.U.S.C. 8259b); (29) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 134230: (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Interested offerors must submit their quotation NO LATER THAN 5:00 P.M. eastern time, April 26, 2013, via electronic copy to Raleigh.Tanner@psc.hhs.gov. Each response should include the following Business Information: a. DUNS b. Company Name c. Company address d. Current GSA Sc;hedules appropriate to the Award, if applicable. e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., Small Business, 8 (a), woman owned, veteran owned, etc., as validated via the System for Award Management (SAM). All offerors my register on the SAM located at: https://www.sam/gov/portal/public/SAM g. Contractor Point of Contract, Phone and E-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/13-233-SOL-00327/listing.html)
 
Place of Performance
Address: 8455 Colesville Road, Silver Spring, Maryland, United States
 
Record
SN03044184-W 20130426/130424234412-20ea27686a88ce0cb7f0b8a61dc2aa97 (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.