Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

X -- Parking Spaces - Jefferson Davis Highway Parking

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00292
 
Archive Date
7/13/2010
 
Point of Contact
Dena Nannetti, Phone: 202-447-5727
 
E-Mail Address
dena.nannetti@dhs.gov
(dena.nannetti@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 (Solicitation) - Jefferson Davis Hwy Statement of Work Evaluation Factors Bid Sheet - Jefferson Davis Highway Parking 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. This solicitation is being issued as a Request for Quotations (RFQ). This requirement is North American Industrial Classification System (NAICS) code of 812930. The Department intends to procure parking spaces within one (1) block of 1421 Jefferson Davis Highway, Crystal City, VA 22202. The anticipated period of performance is One (1) Year Base Period with Four (4) One (1) Year Option Periods. The Base Year period of performance will be July 9, 2010 - July 8, 2011; Option Year 1: July 9, 2011 - July 8, 2012; Option Year 2: July 9, 2012 - July 8, 2013; Option Year 3: July 9, 2013 - July 8, 2014; Option Year 4: July 9, 2014 - July 8, 2015. Offers are due by 4 PM, Monday, June 28, 2010. Offers may be submitted via e-mail to Dena.Nannetti@hq.dhs.gov I. PRICING SCHEDULE Please complete Attachment A-Bid Sheet- Jefferson Davis Highway II. EVALUATION FACTORS AND METHOD OF AWARD See Attachment B III. STATEMENT OF WORK See Attachment C III. CLAUSES FAR Clauses incorporated by reference: 52.202-1 Definitions, 52.203-2, Certificate of Independent Price Determination, 52.203-5 Covenant against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-7 Anti-Kickback Procedures 52.212-1 Instructions to Offerors -- Commercial Items 52.212-3 Offeror Representation and Certifications-Commercial Items; 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 are incorporated by reference. In addition, pursuant to 52.212-5 the following clauses are also incorporated by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; and 52.217-8 Option to Extend Services. Clauses in Full text: 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 30 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 60 months. (End of clause) HSAR Clause 3052.209-72 ORGANIZATIONAL CONFLICT OF INTEREST (JUN. 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting ["can not be determined at this time"]. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or dive stures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. HSAR Clause 3052-242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC. 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. Advertisements, Publicizing Awards, and News Releases All press releases or announcements about agency programs, projects, and contract awards need to be cleared by the Program Office and the Contracting Officer. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any publicity news release or commercial advertising without first obtaining explicit written consent to do so from the Program Office and the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. PAYMENT SCHEDULE AND INVOICE SUBMISSION (FIXED PRICE) (a) General. The Government shall pay the Contractor as full compensation for all work required, performed and accepted under this contract, inclusive of all costs and expenses, the firm fixed-price stated in the Price Schedule of this contract. (b) Payment Schedule. Payment of the contract price will be made monthly upon completion of the service period and acceptance of all work unless a partial payment schedule is included below. ** All partial payments are contingent upon the acceptance of all work by the Contracting Officer Technical Representative (COTR). (c) Submission of Invoices. Invoices shall be submitted as follows-- original to the payment office identified on the award document (e.g., in Block 12 on the SF-26 or Block 25 on the SF-33, or elsewhere in the contract) and one copy each to the Contracting Officer Technical Representative and Contracting Officer. To constitute a proper invoice, the invoice must include all items required by FAR clause 52.232-25, "Prompt Payment." To assist the Government in making timely payments, the Contractor is also requested to include on each invoice the appropriation number shown on the contract award document (e.g., in Block 14 on the SF-26 or Block 21 on the SF-33). The Contractor is also requested to clearly indicate on the mailing envelope that an invoice is enclosed. (d) Contractor Remittance Information. The contractor shall provide the payment office with all information required by FAR clause 52.232-33, "Mandatory Information for Electronic Funds Transfer Payment," 52.232.34, "Optional Information for Electronic Funds Transfer Payment," or other supplemental information (contracts for commercial services) as applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00292/listing.html)
 
Place of Performance
Address: Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02182201-W 20100620/100618234913-b130d469290a53d2e7a02d97e44ce743 (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.