SOLICITATION NOTICE
99 -- Leased Parking Spaces, Boston, MA
- Notice Date
- 10/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
- ZIP Code
- 02114
- Solicitation Number
- MCS-9040a
- Archive Date
- 11/27/2009
- Point of Contact
- Ian, Phone: (617) 918-1023, Robert Stachowski, Phone: (617) 918-1913
- E-Mail Address
-
epstein.ian@epa.gov, stachowski.robert@epa.gov
(epstein.ian@epa.gov, stachowski.robert@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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 and FAR 13.5. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is MCS-9040a and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) NAICS Code 812930 size standard $5,000,000 (v) Vendor shall submit a monthly price for two (2) garage spots for a base twelve (12) month period and four (4), one (1) year option periods. Pricing shall be quoted in the format below: Year Quantity Unit Price Total Base 12/1/09-11/30/10 12 $ $ Option 1- 12/1/10-11/30/11 12 $ $ Option 2- 12/1/11-11/30/12 12 $ $ Option 3- 12/1/12-11/30/13 12 $ $ Option 4- 12/1/13-11/30/14 12 $ $ *Vendors must submit pricing for all options years and any offeror submitting pricing for less than the Base year and Option years 1,2,3,4 will not be considered. (vi) Vendor will provide 2 indoor parking spaces that have twenty-four hour, seven days a week access, in and out privileges and self-parking. The contractor will not have access to vehicle keys. The parking boundaries required are within a one block radius of 5 Post Office Square, Boston, MA 02109. The offerors quote is to be for a firm-fixed price. (vii) Period of Performance is 12/1/09- 11/30/10 base year and 4, 1 year options. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is low price, technically acceptable to the end user. Technical acceptability will be based on the following requirements: Vendor to provide 2 indoor parking spaces that have twenty-four hour, seven days a week access, in and out privileges and self-parking. The contractor will not have access to vehicle keys. The parking lot is required to be within a one block of 5 Post Office Square, Boston, MA 02109. The offerors quote is to be for a firm-fixed price. Vendors must submit pricing for all options years and any offeror submitting pricing for less than the Base year and Option years 1,2,3,4 will not be considered. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2009) are incorporated by reference, however, the following clauses apply; FAR 52.204-7 CCR, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by References,FAR 52.252-2 Clauses Incorporated by Reference. The following additional clauses are applicable to this procurement. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) FAR 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification (Nov 2007) (a) The offeror shall check the following certification: CERTIFICATION The offeror o does o does not certify that- (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. • Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • Required, the offeror shall check the following certification under the above FAR 52.222-52 • It is preferable vendors complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. • In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests, and 1552.211-79, Compliance with EPA Policies for Information Resource Management. These EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 November 2009 no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number MCS-9040 (xvi) Address questions to Mr. Ian Epstein, Contracting Officer, Phone (617) 918-1023, email Epstein.Ian@epa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/MCS-9040a/listing.html)
- Place of Performance
- Address: McCormack Federal Building, 5 Post Office Square, Boston, Massachusetts, 02109, United States
- Zip Code: 02109
- Zip Code: 02109
- Record
- SN01993564-W 20091030/091028234837-7001beeb3337396d9a1dd64ab0540ab7 (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 |