SOLICITATION NOTICE
X -- Parking Spaces, Philadelphia, PA 19106 - Price Sheet
- Notice Date
- 9/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
- ZIP Code
- 75247
- Solicitation Number
- 192115VPIG5140017
- Archive Date
- 9/22/2015
- Point of Contact
- Terry Teichmann, Phone: 2149058308
- E-Mail Address
-
terry.teichmann@dhs.gov
(terry.teichmann@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- To be considered for award quotes must be submitted with the attached price sheet with prices provided for all contract line item numbers (CLINS) along with an active DUNS. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) 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. (ii) This solicitation number (192115VPIG5140017) is issued as a request for quotation (RFQ) and all businesses are eligible to submit a quote. The resultant contract will be a firm-fixed price contract. (iii) This solicitation document (RFQ) and incorporated provisions and clauses those in effect through Federal Acquisition Circular 2005-83. (iv) This acquisition is open to all businesses and is issued under NAICS code 812930, Parking Lots and Garages. The size standard is $38,000,000. (v) The following list of contract line item number(s), units of measure, quantities, item number, needed by the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) Agency, Homeland Security Investigations, SAC Philadelphia. LINE 0001 each (EA) in accordance with attached description. Base Period (one year after award, estimated September 25, 2015 to September 24, 2016, Each (EA); LINE 1001: 6 each (EA) in accordance with attached description. Option Period 1 (September 25, 2016, to September 14, 2017, UM: EA; LINE 2001: 6 each (EA) in accordance with attached description. Option Period 2 (September 25, 2017, to September 24, 2018, UM: EA; LINE 3001: 6 each (EA) in accordance with attached description. Option Period 3 (September 25, 2018, to September 24, 2019, UM: EA; LINE 4001: 6 each (EA) in accordance with attached description. Option Period 4 (September 25, 2020, to September 24, 2020, UM: EA; (vi) DHS/ICE/SAC Philadelphia has a requirement to lease parking spaces which are required to meet the following requirements: six (6) secured parking spaces for federal vehicles that allows for 24 hours per day, seven (7) days per week, and 365 days per year access for ingress and egress and overnight parking. Surface parking lot and covered parking lot are both acceptable. Height requirement for covered parking lot is seven (7) feet (anything over 6' is acceptable).The use of license plate readers or any other methods of identifying federal vehicles is prohibited. The location must be no further than one quarter mile away, or within a two block radius, whichever is less, of the US Customhouse Federal Building (200 Chestnut Street, Philadelphia, PA 19106). (vii) Date(s) and place(s) of delivery and acceptance and FOB point: The proposed order will consist of a base year with, four twelve-month option periods. The FOB point is F.O.B. DESTINATION (NOV 1991) in accordance with FAR 52.247-34. (viii) FAR clause 52.212-1, Instructions to Offerors-Commercial Items (April 2014) applies to this acquisition. To be considered for award, quotes must be submitted on the attached price sheet with prices provided for all contract line item number (CLINS) along with an active DUNS. (ix) The FAR provision 52.212-2, Evaluation-Commercial Items (OCT 2014), does apply to this RFQ. The Government will award a contract resulting from this solicitation in accordance with FAR 13. Award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the price and award will be made on all-or-none" basis. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) All offerors shall complete provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015), electronically via the System for Award Management (SAM) online at http: www.sam.gov or if an Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of provision 52.212.3 and submit a copy of with the offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (DEC) 2014), applies to this acquisition. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2014), applies to this acquisition and the clause are applicable to the acquisition include: (a); (b); (4); (8); (22); (25); (26); (27); (28); (30); (33); (40); (42) Alternate II; (44); (51); (52); (xiii) Additional contract requirement(s) or terms and conditions: See 52.247-34, F.O.B Destination (NOV 1991), below. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. (xv) The date, time and place offers are due: Quotes shall be submitted by email to Mr. Terry Teichmann, Contract Specialist, terry.teichmann@ice.dhs.gov (alternate: terry.teichmann@dhs.gov) no later than Tuesday, September 21, 2015 10:00 am Central Standard Time (CST). All questions shall be submitted by email as indicated above no later than Thursday, September 17, 2015. 52.247-34 F.O.B. DESTINATION (NOV 1991) (a) The term "f.o.b. destination," as used in this clause, means- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192115VPIG5140017/listing.html)
- Place of Performance
- Address: The location must be no further than one quarter mile away, or within a two block radius, whichever is less, of the US Customhouse Federal Building, 200 Chestnut Street, Philadelphia, PA 19106, Philadelphia, Pennsylvania, 19106, United States
- Zip Code: 19106
- Zip Code: 19106
- Record
- SN03888240-W 20150917/150916001530-4a2422e10c0c573066a6c71e8c0b00b5 (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 |