Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

99 -- 13 Parking Spaces needed near the Boston Field Office

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12Q0166
 
Archive Date
7/13/2012
 
Point of Contact
William E Todd, Phone: 7038754681, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
toddwe2@state.gov, SanchezVJ@state.gov
(toddwe2@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be issued and is attached to this notice. The solicitation number is SAQMMA12Q0166 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 812930. This requirement is unrestricted and available for full and open competition, any business size can respond. The Department of State requires the attached commercial services. The Government requires thirteen (13) parking spaces for U.S. Government Vehicles within a half mile of 10 Causeway St, Boston, MA 02222 for a base and four option years. These parking spaces must be available 24/7, and must be in a secure location (security guard, and or security cameras). These spaces must be specifically designated for Boston Field Office parking. The number of parking spaces is subject to change after the base year. Therefore FAR 52.217-6 applies to this Contract. See attached Solicitation and Attachment 1 (Wage Determination). In accordance with FAR 52.212-2 The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to requirements listed in this solicitation and will be considered the best value for the government. The evaluation criteria will be based on proximity to the Boston Field Office, security of parking garage, and technical compliance to the specifications identified in the solicitation. Technical and past performance, when combined, are more important than price. All offers must be within a half mile radius of the Boston Field Office, NO EXCEPTIONS. Interested firms may identify their interest and capability to respond to the requirement in accordance with the instructions offered at FAR part 52.212-1 which can be viewed at https://www.acquisition.gov/far/loadmainre.html. A quote for quantity of 13 parking spaces is required for the base year and four subsequent option years. Quotes should include the grand total price for 5 years (65 parking spaces total) and a breakdown of each year as identified below. Quote should include unit cost, monthly total cost, and total cost for the base and subsequent option years grand totaled. Offers that do not provide full quotes identifying base and optional years will not be considered. Quantity Unit Cost Monthly Cost (X12 Months) Annual Total Base Year 13 Option Yr 1 13 Option Yr 2 13 Option Yr 3 13 Option Yr 4 13 GRAND TOTAL: All proposals must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA) along with past performance references as identified at FAR 52.212-1. All requirements requested at 52.212-1 must be addressed in order to be considered responsive to this offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2011), applies to this acquisition with additional terms that can be viewed in the attached solicitation. Interest offerors must submit an offer in accordance with the Solicitation section 52.212-1, 52.212-2 and 52.212-3, NO LATER THAN 12:00PM EST, Thursday, JUNE 28th, 2012 VIA electronic copy to William Todd at toddwe2@state.gov and Vincent J. Sanchez at Sanchezvj@state.gov. *** ALL OFFERS ARE DUE BY 12:00 PM EST. Thursday, JUNE 28th, 2012*** Any further questions or concerns can be addressed to the Points of Contact listed on this notice, email preferred. Thank you
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12Q0166/listing.html)
 
Place of Performance
Address: Boston, Ma, Boston, Massachusetts, 02222, United States
Zip Code: 02222
 
Record
SN02788153-W 20120629/120627235932-59deafce94fa2bd68ffd63ffb5e40af0 (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.