Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

X -- DHS Executives Parking Spaces - (Draft) - Attachment B

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC--14-R-00082
 
Archive Date
9/12/2014
 
Point of Contact
Olaleye Omishore, Phone: 202 447-5535, Sherri M Brooks, Phone: 202-447-5574
 
E-Mail Address
olaleye.omishore@hq.dhs.gov, sheri.brooks@hq.dhs.gov
(olaleye.omishore@hq.dhs.gov, sheri.brooks@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Instructions, Conditions, and Notices Contract Line Item Number for Supplies and Services and Price/Costs. (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 Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-14-R-00082. This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75. (iv) This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 812930, and the Small Business size standard is $7,000,000.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure (including options) are listed in Attachment A (CLIN Structure). The anticipated date for contract award is September 10, 2014. (vi) The contract shall provide for: (a) Reserved and Unreserved parking spaces in a covered and fully secured structure (herein referred to as "facility") that is well lit and secured 24 hours a day seven (7) days a week. (b) A facility located at or near (within a.25-mile radius or 1 block whichever is less) 1120 VTA and 1125 - 15th Street NW, Washington DC. (c) Permits by which permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). (d) Parking spaces that may be individual spaces, or tandem (with 2 vehicles per space), or a combination of tandem and individual spaces. (e) A facility that shall be monitored by garage attendant, at a minimum, between the hours of 7:00am and 7:00pm. (f) A facility with a clearance of 6'5". (g) Secure access to the facility via key security card or a number pad. If the key security card is used, the Contractor shall issue security card keys to the Department of Homeland Security (DHS). If the number pad is used, the DHS will control the numbers. (h) A clean and maintained parking area. (vii) Date(s) and place(s) of delivery and acceptance and FOB point is to be determined at time of contact award for a base term of one year, plus four option years. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. The following addendum has been attached to this provision: Each Offeror shall submit Pricing as a separate document that shall include the format identified in Attachment A. (ix) The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability with emphasis on distance and security, Past Performance, and Price. Technical Capability and Past Performance when combined, is more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014), applies to this acquisition. The Federal Acquisition Regulation (FAR) requires offerors to complete annual representations and certifications electronically via www.acquisition.gov. The offeror is hereby required to complete the annual offeror representations and certifications prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), applies to this acquisition. The following addendum has been attached to this provision: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2014), applies to this acquisition. Additional FAR clauses applicable to this requirement are at: 52.203-6, Restrictions on Subcontractor Sales to the Government - Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013). 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policies to Ban Text massaging While Driving (Aug 2011); and, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). (xiii) The following additional FAR provisions and clauses are necessary for this acquisition and consistent with customary commercial practices: 52.202-1, Definitions (Nov 2013); 52.204-7, System for Award Management (Jul 2013) 52.217-5, Evaluation of Options (Jul 1990); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.232-1, Payments (Apr 1984); 52.242-13, Bankruptcy (Jul 1995); 52.243-1, Alternate 1, Changes - Fixed-Price (Aug 1987); 52.246-4, Inspection of Services- Fixed -Price (Aug 1996); and, 52.249-2, Termination for Convenience of the Government (Fixed-Price) (Apr 2012). The following Homeland Security Acquisition Regulations provisions and clauses are necessary for this acquisition and consistent with customary commercial practices: 3052.209-70, Prohibition Contracts with Corporate Expatriates (Jun 2006); and, 3052.242-72, Contracting Officer's Technical Representative (Dec 2003). Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.aquisition.gov and at http://farsite.hill.af.mil/VFHSARA.HTM (respectively). (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) The date, time and place offers are due: See Attachment B. (xvi) Any requests for additional information or explanations concerning this document must be submitted to Ola Omishore, Contract Specialist, (202) 447-5535 Olaleye.Omishore@hq.dhs.gov or Ms. Sheri Brooks, Contracting Officer at (202) 447-5574 / Sheri.Brooks@hq.dhs.gov no later than Monday, August 25, 2014 at 10:00 a.m. Eastern Time (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC--14-R-00082/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03473724-W 20140822/140821001111-646df9972916a4a59c4043c6bf7bb28f (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.