Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

X -- Acquisition of Commercial Parking Spaces (Lease) for US Army Futures Command at Austin Texas

Notice Date
2/16/2023 1:29:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK20Q0011
 
Response Due
3/10/2023 7:00:00 AM
 
Archive Date
07/01/2023
 
Point of Contact
Rex M. Valdez, Phone: 4438614728
 
E-Mail Address
rex.m.valdez2.civ@army.mil
(rex.m.valdez2.civ@army.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION Solicitation# W91ZLK-20-Q-0011 Acquisition of Commercial Parking Spaces (Lease) for US Army Futures Command Headquarters at Austin Texas This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-01 Effective 30 December 2022. The solicitation number for this requirement is W91ZLK-23-Q-0011. This requirement is being solicited as a Full and Open Competition among Business concerns represented by NAICS Code 812930� (Parking Lots and Garages) �This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5 (Simplified Procedures for Certain Commercial Items). The Government contemplates an award of a Firm-Fixed Price (FFP) contract and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) offer. Period of Performance is a base year and Four (4) Option years. INSTRUCTIONS AND INFORMATION TO OFFERORS: Description of Requirement: The US Army Futures Command located at Austin Texas is seeking to lease 150 Parking spaces within a four (4) block radius of the Paramount Theatre at, 713 Congress Avenue, Austin TX 78701. For more specific location please refer to attached PWS. The parking location shall be located in one consolidated building and be accessible to the employees 24 hours and 7 days a week. A total of 150 parking spaces are required for the entire twelve month period with four (4) twelve month option periods. If 150 spaces are not available in one building, then two garages may be considered, however, any garage must be in close proximity (within a four (4) block radius of the Paramount Theatre at, 713 Congress Avenue, Austin TX 78701, a midpoint from which a radius can be established from HQ,AFC business locations. For more specific information regarding this requirement, please refer to the Performance Work Statement (PWS) attached. Proposals shall be submitted in two (2) separate Volume I: Technical Proposal Volume II: Pricing Proposal Volume-I Technical Proposal Technical Capabilities Factor: As a minimum, Offerors shall address and provide evidence of the following in their proposal: Parking Spaces being offered shall be within a four (4) block radius of the Paramount Theatre at, 713 Congress Avenue, Austin TX 78701. (Provide address of the facility) Parking Services being offered shall provide access to a minimum of 150 parking spaces with 24 hour access 7 days a week. If 150 spaces are not available in one building, then two garages may be considered, however, any garage must be in close proximity (within a four (4) block radius of the Paramount Theatre at, 713 Congress Avenue, Austin TX 78701, a midpoint from which a radius can be established from HQ,AFC business locations. Contractor shall possess liability insurance for accidents and personal injuries. (Show proof of insurance) If for any reason the parking deck/ lot needs to be closed, the proposal includes alternate parking lot for the number of spots reduced during the closure. (Provide address). Based on codes or design features, the parking deck shall be protected by an automatic sprinkler system, fire suppression system or an equivalent level of safety and the parking deck(s) shall have physical attributes such as Elevators, lighted stairwells, Emergency stairways, and emergency call boxes. The parking service being offered has a restricted access badging or RFID to enter the garage. The parking service being offered have Operating Security cameras and Physical security, such as a security guard force, and/or other security measures. If Parking garages possess an upper deck of open space, the parking spaces for this requirement will be in a building. Volume-II Price Proposal Please provide price proposal in a spread sheet for the following: Total cost of 150 parking Spaces for base year (12 months) and Four (4) Option years.� � � � � �� Total cost for each year shall demonstrate daily rate per parking space 7 days a week. Information requested in the Price Proposal is not intended to be restrictive or all-inclusive. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Pricing information shall be addressed ONLY in the Price Proposal (Volume II) and shall be separated from any technical information being provided. Price proposal must be signed. Partial quotes will not be evaluated. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of �Acceptable� must be achieved for each of the Technical factors. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Evaluation and Source Selection Process Selection: Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. �The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with a LPTA competition. In the event of equal low bids that are technically acceptable, awards shall be made first to: 1. Small Business Development 8(a) program participant with an active certification represented by NAICS Code 812930. 2. Small disadvantaged business concern represented by NAICS Code 812930. 3. Small Business represented by NAICS Code 812930. PROPOSAL EVALUATION Technical Evaluation Factors: The Technical volume of the proposal shall be evaluated against the requirements described in the Performance Work Statement (PWS) contained in this solicitation. The Technical Volume will be determined to be �Acceptable� or �Unacceptable�, using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable-Proposal clearly meets the minimum requirements of the solicitation. Unacceptable-Proposal does not clearly meet the minimum requirements of the solicitation. Price Factor Evaluation: The Government will evaluate the price proposal for award purposes by adding the Total Cost (base plus 4 option years) of each offeror using price analysis techniques described in FAR 15.404-1(b). Each price proposal shall be ranked from highest to lowest. Accordingly, the analytical techniques and procedures described in FAR 15.404-1 may be used singly or in combination with others, as determined by the Contracting Officer, to ensure the costs are fair and reasonable. Any significant inconsistency, if unexplained, may raise a fundamental issue of the Offeror's understanding of the nature and scope of the work required and may be grounds for rejection of the proposal as inadequate. Determination of Responsibility: All proposals from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register on SAM online for free at www.sam.gov In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.1 04. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. DISCUSSIONS The Government intends to award without discussions; therefore the offeror�s initial proposal should contain its best terms from both a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. SUBMISSION PROCEDURES: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-23-Q-0011 PROPOSAL FROM (INSERT COMPANY NAME) The offeror shall include Company name, Point of contact, Company CAGE code. All questions regarding this solicitation must be submitted to the Contracting Officer Rex Valdez via email no later than 4:00 p.m. Eastern Time, March 07, 2023 to rex.m.valdez2.civ@army.mil Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Standard Time March 10, 2023. Responses must be sent by email directly to the Contracting Officer Rex Valdez to rex.m.valdez2.civ@army.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I�FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. 52.204-26 Covered Telecommunications Equipment or Services--Representation. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items�� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price, Alternate I FAR 52.247-34 F.O.B. Destination FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 �����������������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f58ce9c830ed484aae00a0b3479a913b/view)
 
Place of Performance
Address: Austin, TX 78701, USA
Zip Code: 78701
Country: USA
 
Record
SN06593745-F 20230218/230216230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.