COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652 Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box
1000, Montgomery, PA 17752 X -- PARKING SPACE LEASE, PHILADELPHIA, PA SOL RFQ 21451-0054 DUE
081000 POC G. F. Garceau, Contract Specialist (570) 547-1641 ext. 548
(i) This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in the Federal Acquisition
Regulation (FAR) Subpart 12.6, as supplemented with additional
information included in the notice. This announcement constitutes the
only solicitation; quotes are being requested and written solicitation
will not be issued. (ii) This solicitation is issued as Request for
Quotation (RFQ) 21451-054. (iii) The solicitation document and
incorporated provisions are those in effect through Federal Acquisition
Circular (FAC) 97-18. (iv) This solicitation is unrestricted under
Standard Industrial Classification (SIC) Code of 7521, with a size
standard of $5.0 million. Other forms referenced herein are required to
be completed and submitted with all quotations. (v) The contractor
shall provide unit price for the following item: (1) Inside parking
space for full size vehicle, Quantity 122 per year for a base year with
2 option years in accordance with statement of work. (vi) Statement of
Work (SOW) -- Vehicle Parking for FDC Philadelphia Pa. A.
INTRODUCTION: The Bureau of Prisons (BOP), Federal Detention Center
(FDC), located in Philadelphia, PA, requires vehicle parking services
as outlined in this solicitation and set forth in this SOW. The base
period of performance shall begin the date of award through a one year
period. Two additional 1-year option periods may be exercised in
accordance with the terms of the resulting contract. B. PERFORMANCE: 1.
Period of performance: The anticipated period of performance includes:
Base period: Award date through 12 months after date of award. Option
year 1: 13 months through 24 months after date of award. Option year
2: 24 months through 36 months after date of award. The anticipated
date of award for the base period is approximately October 1, 2000. The
anticipated period of performance are based on the assumption that the
Government will make award. In accordance with the terms of the
resulting contract, the Government has the unilateral right to award
the additional Option year periods, but is not obligated to do so. 2.
Method of Performance: The contractor shall provide all equipment,
labor, and expertise required for the providing of parking services for
the FDC Philadelphia. The following equipment and related supplies must
be provided: A. All licenses, permits, and fees related to the
operation of a parking garage shall be the responsibility of the
contractor. All equipment, supplies, and controls shall be supplied by
the contractor. 3. Performance schedule: The contractor shall provide
unrestricted access to the parking area for up to 122 FDC vehicles 7
days a week, 24 hours a day, including Federal, State, and Local
government holidays. It should be noted that different vehicles will be
utilizing the 122 spaces during all three shifts. Contractor will
provide parking spaces within 2 city blocks of the FDC, located on the
corner of Arch and 7th Streets in Philadelphia, PA. Contractor will
provide 24 hour security of the parking facilities to deter vandalism
and theft. The above schedule is subject to change based on the needs
of FDC Philadelphia. Unless emergency situations dictate otherwise, a
notice of twenty four (24) hours will be given if a reduction or the
addition of parking spaces is required. The only individual authorized
to schedule additional spaces is the FDC Contracting Officer. 4.
Maintenance: All required repairs to the parking facility equipment
shall be the responsibility of the contractor. C. INSURANCE AND BONDS:
The contractor, for the protection of the U.S. Government (including
FDC Philadelphia) shall procure and thereafter maintain, at its
expense, workers compensation; employers liability, and comprehensive
automobile liability (bodily injury and property damage). Prior to
award of any agreement, the offeror shall provide copies of its and its
subcontractors insurance policies. A certification from the insurance
carrier that the insurance will not be modified or canceled (unless the
FDC Philadelphia Contracting Officer is given 30 days notice thereof)
shall also be given. E. ADDITIONAL INFORMATION: Provisions of these
services will result from a contractual arrangement and not a personnel
appointment. Payment will be based on the provision of an end product
of the accomplishment of a specific result. Provision of these services
will not constitute and employer/employee relationship and the
contractor will not be subject to Government supervision except for
security related matters. However, contractor performance will be
closely monitored. (vii) N/A (viii) FAR Clause 52.212-1, Instructions
to Offerors -- Commercial Items (MAR 2000) and the following clauses
incorporated by addendum apply -- At paragraph (c), "Period of
Acceptance of Offers," has been determined by the Contracting Officer
to be non-applicable to this solicitation and is hereby removed in its
entirety for the purpose of this requirement.; At paragraph (e),
"Multiple Offers," has been determined by the Contracting Officer to be
non-applicable to this solicitation and is hereby removed in its
entirety for the purposes of this requirement; At paragraph (h)
"Multiple Awards" has been determined by the Contracting Officer to be
non-applicable to this solicitation and is hereby removed in its
entirety for the purposes of this requirement; 52.204-6 Contractor
Identification Number -- Data Universal Numbering System (DUNS) Number
(APR 1998); 52.216-1 Type of Contract (APR 1984) (Requirements type);
52.233-2 Services of Protest (AUG 1996)(Chief, Procurement and
Property Branch, Federal Bureau of Prisons, 320 First St., NW, Room
5006, Washington DC 20534); (ix) The evaluation will be based on price
and price related factors. (x) FAR Clause 52.212-3, Offeror
Representations and Certifications -- Commercial Items (FEB 2000) is
incorporated and is required to be submitted with the contractor's
quote. (xi) FAR Clause 52.212-4 Contract Term and Conditions --
Commercial Items (MAY 1999) and the following clauses incorporated by
addendum apply: 52.216-18 Ordering(OCT 1995)(the effective date of the
contract)(the end date of the base period, and any options exercised,
as identified in the schedule); 52.216-19 Order Limitations (OCT
1995)(one parking space)(120 percent estimated quantity of individual
line item)(120% estimated contract total)(thirty)(14); 52.216-21
Requirements (OCT 1995) (09-30-2003); 52.217-8 Option to Extend
Services (NOV 1999)(15 days before the end of the current contract
period); 52.217-9 Option to Extend the Term of the Contract (MAR
2000)(by the first day of the ensuing option period)(60 calendar
days)(36 months); 52.232-19 Availability of Funds for the next Fiscal
Year(APR 1984) (xii) FAR Clause 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(JUL 2000) and the following clauses apply to this clause: 52.219-8,
Utilization of Small Business Concerns; 52.222-26 Equal Opportunity;
52.222-35 Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; 52.222-36 Affirmative Action for Workers with
Disabilities; 52.222-37 Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era. (DEVIATION)(paragraph (f) of that clause
shall read as follows: Subcontracts. The Contractor shall include the
terms of this clause in every subcontract or purchase order of $25,000
or more unless exempted by rules, regulations, or orders of the
Secretary.); 52.252-2 Clauses Incorporated by Reference (FEB 1998);
52.252-6 Authorized Deviations in Clauses (APR 1984)(xiii) N/A (xiv)
N/A (xv) N/A (xvi) The quotes are due by 4:00 P.M. on August 10, 2000
to the following address: FPC Allenwood, Regional Contracting Office,
P.O. Box 1000, Montgomery, PA 17752 (Regular Mail) or 1049 Allenwood
Camp Lane, Montgomery, PA 17752 (Federal Express, etc). All quotes
should be marked with the RFQ number. (xvii) For additional
information, please contact G.F. Garceau, Contract Specialist at (570)
547-1641, extension 548. Posted 07/26/00 (W-SN478965). (0208) Loren Data Corp. http://www.ld.com (SYN# 0111 20000728\X-0002.SOL)
| X - Lease or Rental of Facilities Index
|
Issue Index |
Created on July 26, 2000 by Loren Data Corp. --
info@ld.com
|
|
|