Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2009 FBO #2637
SOLICITATION NOTICE

X -- Vehicle Parking Spaces

Notice Date
2/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1109Q2281
 
Archive Date
3/7/2009
 
Point of Contact
Robert W Sieferman,, Phone: 317-614-4590
 
E-Mail Address
robert.sieferman@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
US Customs and Border Protection (CBP) intends to procure 45 parking spaces for its facility at 1300 L Street, Washington, DC on an unrestricted basis. CBP intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-19. This requirement falls under the North American Industry Classification System Code 812930. This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6 of the FAR as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Under this solicitation quotes are being requested and a written solicitation will not be issued. The solicitation number is HSBP1109Q2281, which is being issued as a Request for Quotation. Specifically, CBP at 1300 L Street, Washington, DC, has a commercial services requirement for 45 parking lot spaces. These services will be issued for one base year and two option years – The base year is tentatively scheduled to start (12) month period starting March 1, 2009 and end February 28, 2010. Questions regarding this acquisition must be submitted only via e-mail at: Robert.sieferman@dhs.gov no later than Tuesday, February 17, 2009, 3:00 pm EST. Award for all items under this solicitation will be made to one responsive/responsible vendor only. Contractor must also be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be awarded this contract. (1)SCOPE OF WORK - This requirement is to procure parking permits/spaces for use by employees at 1300 L Street. Location shall be available for use 24 hours a day, 7 days a week. The parking garage shall have reserved handicap spaces. The spots shall house official government vehicles at employees work location. Parking garage shall be located no further than 100 yards from the Government offices at 1300 L Street, Washington, DC. Garage shall have stairwells and elevators available as well as adequate lighting. Parking garage shall use surveillance equipment to ensure safety of vehicles and their passengers. Valet assistance shall be available after hours in garage. The requirement is for 45 reserved parking spots for vehicles. The contract will be issued for 1 base year and two option years. (2) DELIVERABLES (2.1)- Provide 45 parking permits/spaces for employees - Providing surveillance, and valet assistance - 24/7 monitoring of garage - Provide monthly parking passes for employees (2.2) Invoice monthly in arrears (3)PERIOD OF PERFORMANCE - The period of performance shall be for three year(s): Base Year: March 1, 2009 thru February 28, 2010 Option Year One: March 1, 2010 thru February 28, 2011 Option Year Two: March 1, 2011 thru February 28, 201 (4)QUALIFICATIONS - The Contractor parking facility shall be located within a 100 yard radius of 1300 L Street, Washington, DC. (5) POINT OF CONTACT The Contractor Primary Point of Contact for this Request for is: Name: Robert Sieferman Contract Specialist Telephone Number: 317.614.4590 E-mail Address: Robert.sieferman@dhs.gov US Customs and Border Protection Financial Acquisition Division 6650 Telecom Dr. Indianapolis, IN 46278 (6) INFORMATION TO BE RETURNED TO CONTRACTING SPECIALIST In order to be considered for award of this order, please submit the following completed information NO LATER THAN CLOSE OF BUSINESS 02/20/2009 only emailed responses will be accepted at robert.sieferman@dhs.gov. ALL QUESTIONS concerning this request for quotation should be directed in ONLY via email to: Robert Sieferman, Contract Specialist at: robert.sieferman@dhs.gov. The DEADLINE for submission of questions is 02/20/2009 at 1700 hours (EST). ANTICIPATED AWARD DATE: On or before 03/01/09. 1. Supplies or Services and Prices/Cost Note: Bidders shall quote a fixed-price for each scenario listed 2. Representations and Certifications. Vendor must either complete The Representation and Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov, or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offeror Representations and Certifications – Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. (7)SUPPLIES OR SERVICES & PRICE/COSTS BASE YEAR (March 1, 2009 thru February 28, 2010): a. – Pricing [Full Amount & Itemized]: _________________ OPTION YEAR ONE (March 1, 2010 thru February 28, 2011): b. – Pricing [Full Amount & Itemized]: _________________ OPTION YEAR TWO (March 1, 2011 thru February 28, 2012): c. – Pricing [Full Amount & Itemized]: _________________ (8)ADDITIONAL INFORMATION Company Name: _________________ Mailing Address: _____________________________________________ Remit to Address: ____________________________________________ Telephone Number: _________________ Fax Number: _________________ Representative’s Email Address: ___________________________________ Open Market: YES NO ________ GSA Contract Number/Other Contract (if applicable):_________________________ Expiration Date: ______________________ Business size as listed on GSA Schedule (if different from below):________________ Payment Terms: Net/10 Net/20 Net/30 ______ Shipping Charges if applicable: _________________________ Number of delivery days: ____________________ * Is your company a corporation? YES NO ______ * Is your company a partnership, sole proprietorship, individual estate, trust, or joint? venture? YES NO If yes, which of the above________________ Size of Business: Large ______ Small ______ Please check all that applies: ____Small Disadvantaged ___ Small Women-Owned ____ HubZone Small ____ Service Disabled Veteran-Owned Small ____ Small Veteran-Owned 8(a) *Is your company registered in CCR? YES NO _____ If no, you must register at http://www.ccr.gov. The Government can only do business with a company who is registered. Federal Tax ID Number: __________________ DUNS Number: ____________ Name & Title of Quoter: ____________________, ____________________ Signature of Quoter: _______________________ Date: ___________________ (12)PROVISION/CLAUSES The provision at FAR 52.212-1 – Instructions to Offerors-Commercial Items, and FAR 51.212-3, Offeror Representations and Certifications – Commercial Items, apply to this acquisition. Quoters are advised to include a complete copy of the provisions at 52.212-3 with this offer. The clauses at 52.212-4, Contract Terms and Conditions – Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to this acquisition: 52.204-7, Central Contractor Registration; IR1052-01-001, Electronic Funds Transfer (EFT) Payments; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract and 52.228-5, Insurance-Work on a Government Installation. The following FAR Clauses cited under 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended, (July 2005), (41 U.S.C. 351, et seq.).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3baf3df74c175833412e94ce3e2503bb&tab=core&_cview=1)
 
Place of Performance
Address: 1300 L Street, Washington, District of Columbia, 20229, United States
Zip Code: 20229
 
Record
SN01750150-W 20090214/090212221058-3baf3df74c175833412e94ce3e2503bb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.