SOLICITATION NOTICE
X -- Parking Space, 125 each, Metropolitan Detention Center, Los Angeles, CA
- Notice Date
- 1/31/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 382 Essayons Drive, Grand Prairie, TX, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQ-60605-007-3
- Archive Date
- 8/25/2003
- Point of Contact
- Robert Chapman, Contract Specialist, Phone 972-282-8809, Fax 972-282-8810, - Melvin Gardner, Supervisory Contract Specialist, Phone 972-282-8804, Fax 972-282-8810,
- E-Mail Address
-
rachapman@bop.gov, mgardner@bop.gov
- Description
- This posting serves as combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items, as supplemented with additional information included in this notice. This posting constitutes the solicitation (RFQ-60605-007-3); quotations are being requested and written solicitation will not be issued. If it appears the entire Request for Quotation (RFQ) is not visible, please contact Contracting Officer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. The North American Industry Classification System Code is 812930. STATEMENT OF WORK: The Contractor shall provide parking, 24-hours a day, 7- days per week, with access to all staff of the Metropolitan Detention Center (MDC), 535 North Alameda Street, Los Angeles, California 90012. The Contractor shall provide a paved parking area for all vehicles. The Contractor shall provide a safe and secure environment in the parking area ensuring the protection of MDC staff and parked vehicles. All parking areas shall be illuminated in accordance with industry standards (minimum of four candle light power). The parking area must be located within ?reasonable walking distance? of the MDC location, (535 North Alameda Street, Los Angeles, California, 90012). Reasonable walking distance has been determined to be less than one-third (1/3) of one (1) mile. PAST PERFORMANCE: a. Identify existing or past contracts, within the past three (3) years, with terms and conditions the same or similar to those in this solicitation. Include contract number, point of contact, and telephone number. b. Provide any information encountered during performance of those contracts that would have an adverse rating, and steps taken to correct the adverse rating. PRICE: Provide written pricing as outlined on the attached pricing schedule. SELECTION CRITERIA: selection of a contractor will be based upon a best-value determination consistent with the following criteria: 1) Pricing, 2) Past Performance, 3) Special features offered by contractor. Options: 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. Full text of clauses and provisions are available at http://www.arnet.gov/ OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items ALT III (OCT 2000), with its offer. The following provisions apply to this acquisition: 52.212-1; 52.212-2, 52.217-5. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (AUG 2000), applies to this acquisition with the following clauses added as addenda to the clause: The following clauses are incorporated by reference, pursuant to FAR 52.252-2: 52.204-4, 52.225-13, and 52.232-19 (September 30, 2003). The following clauses are included in full text: 52.217-8, Option to Extend Services (within one day of the contract expiration): 52.217-9, Option to Extend the Term of the Contract (within one day of the ensuing option period). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAY 1999), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.219-8, 52.222-21, 52.222-26, Equal Opportunity, 52.222-35, 52.222-36, 52.222-37. Submission of Quotation: On letterhead or business stationary, the following information is required: The unit price of each parking space, extended total price, for each year. Base year (date of award - 12 months) Unit Price $_________ x 125 = Total $_________ Option Year One (months 13 - 24) Unit Price $_________ x 125 = Total $_________ Option Year Two (month 25 - 36) Unit Price $_________ x 125 = Total $_________ Option Year Three (Months 37 - 48) Unit Price $_________ x 125 = Total $_________ Option Year Four (months 49 - 60) Unit Price $_________ x 125 = Total $_________ Quotes are due no later than 2:00 p.m., local time, February 25, 2003. No solicitation document will be issued. Questions concerning this procurement shall be submitted to the contracting officer via e-mail or by facsimile at 972.282.8807 or http://RACHAPMAN@BOP>GOV.
- Place of Performance
- Address: Federal Bureau of Prisons, Meteropolitan Detention Center, 535 North Alameda Street, Los Angeles, CA
- Zip Code: 90012
- Zip Code: 90012
- Record
- SN00250338-W 20030202/030131213323 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |