Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

X -- Employee Parking Requirement - SF1449 - Past Performance Questionnaire - MAP Employee Parking Requirement - Package #4

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
 
ZIP Code
20228
 
Solicitation Number
2031ZA18Q00404
 
Point of Contact
Michelle Duncan, Phone: 2028742253, Richard L Taylor, Phone: 2028743255
 
E-Mail Address
michelle.duncan@bep.gov, richard.taylor@bep.gov
(michelle.duncan@bep.gov, richard.taylor@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
Section B Pricing MAP Employee Parking Requirement Past Performance Questionnaire SF 1449 Solicitation DCF Employee Parking 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. (ii) Solicitation no. 2031ZA18Q00404 is being issued as a Request for Quote (RFQ) as a full and open competition. The North American Industry Classification System Code (NAICS) is 812930: Size Standard is $38.5 million average annual sales. (iii) The Department of Treasury's Bureau of Engraving and Printing (BEP), Washington DC Facility (DCF) has a requirement for 300 Regular Parking Spaces located at, or within a ¼ mile radius from BEP facilities located at 14th and C streets, S.W., Washington, D.C. 20228. (See attached map) The Government reserves the right to award this as a multiple-award firm fixed price BPA if it determines that awarding the contract to multiple vendors is in the best interests of the government. The Period of performance for this Blanket purchase Agreement (BPA) will be five years starting 01 October 2018 through 30 September 2023. BEP will issue monthly Firm Fixed Price BPA calls during this time period. The Offeror shall submit a quote for the five years. The quote should include the cost per parking space per month for the five year period. Note the pricing will be reviewed on a yearly basis. The following FAR Clauses are incorporated by reference: (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) __X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract This procurement is being conducted under the procedures provided for in FAR Part 13.302- Purchase order. The Government anticipates awarding a Purchase Order resulting from this solicitation to the responsible quoter whose quote is the lowest price, technically acceptable. In accordance with FAR 52.212-2 Evaluation-Commercial Items, the following factors shall be used to evaluate quotes: (1) TECHNICAL FACTOR: a) Parking structure shall be within ¼ mile radius from BEP facilities located at 14th and C streets, S.W., Washington, D.C. 20228. b) The contractor shall make available 300 parking spaces 24 hours a day Monday through Friday, except for Government holidays and any other day that the Bureau may be closed. The parking spaces shall accommodate the various core hours of BEP employees. c) The Contractor shall provide a secure, well-lit, paved parking area. Parking spaces shall be clean of debris. d) The parking spaces shall be of sufficient size to accommodate various types of vehicles (e.g., full size, compact, trucks, sport utility vehicles, and minivans). The space should meet government fire safety, accessibility, seismic and sustainability standards. e) Contractors/Attendants will not leave the vehicles unsecured and will not have or require access to vehicle keys f) During inclement weather (i.e., snow and ice) the Contractor shall keep the parking area free from accumulation of snow or ice. All surfaces shall be treated to prevent slippery conditions including entrance and exit ramps. Only EPA approved chemicals and materials shall be applied under icy conditions. g) The Contractor shall acquire, and present proof of liability insurance in an amount and coverage as to meet the insurance requirements of the jurisdiction in which the parking facility is located. In addition, the Contractor shall indemnify the Federal Government against all claims and/or suits for damage to property, personal injuries, and the loss of limb or life at the parking facility. The Contractor shall ensure that all insurance(s)/indemnification(s) remain in full force and effect during the entire life of the Blanket purchase agreement. f) The contractor shall provide parking permits or provide key card access to the COR within 30 days after contract award. In the event, parking permits are lost, stolen, etc. the contractor shall replace the permits within 24 to 48 hours. (2) PRICE FACTOR: Total price will be calculated by adding total of five years for this BPA. See attached SF1449 and Attachment B for a list of line items and quantities. Quoters shall fill-in the unit price and total price on the SF1449 and submit as part of their quote. The following provisions apply: 52.204-7 System for Award Management Oct 2016 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 52.204-20 Predecessor of Offer Jul 2016 The due date for quotes is Wednesday, 01 August 2018 at 3:00 pm, Eastern Standard Time. Only e-mail responses will be accepted. Responses can be emailed Attn: Michelle Duncan or Richard Taylor, or E-mail to michelle.duncan@bep.gov.gov or Richard.taylor@bep.gov sources must be SAM registered and may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this RFQ. Please note: All questions are due by Wednesday, 25 July at 3:00p.m. Eastern Standard Time. The Government reserves the right to award mutiple BPA's.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f307c8dc77273914b001cb95d02a5183)
 
Place of Performance
Address: Bureau of Engraving and Printing, 301 14TH St SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN04997276-W 20180720/180718231124-f307c8dc77273914b001cb95d02a5183 (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  © 1994-2020, Loren Data Corp.