Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

X -- PARKING GARAGE

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of the Treasury, Financial Crimes Enforcement Network, FINCEN Headquarters, P.O. Box 39, Vienna, Virginia, 22183
 
ZIP Code
22183
 
Solicitation Number
FINCEN-PARKING
 
Archive Date
10/11/2012
 
Point of Contact
Craig Miron, Phone: 703 905-5154
 
E-Mail Address
craig.miron@fincen.gov
(craig.miron@fincen.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government intends to award Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is "FIN-PARKING". This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. (iv) This solicitation is set aside for small business. The associated North American Industry Classification System (NAICS) code is 812930 (PARKING LOTS AND GARAGES), and the Small Business size standard is $35,500,000.00. (v) The Contract Items, Quantities, and Units of Measure are: Within a 2 block radius of the Building 1801 L STREET, NW, Washington, DC 20005, provide: 6 (six) Reserved Parking Spaces for a period of 1 (one) Year. 20 (twenty) Non-Reserved Parking Spaces for a period of 1 (one) Year. (vi) The anticipated date of award for the contract is OCTOBER 1, 2012. The contract shall provide for (a) unreserved and reserved parking spaces in a covered and fully secured structure that is well lit and secured 24 hours a day seven (7) days a week. (b) Facility shall be located within a 2 block radius of the 1801 L STREET, NW, Washington, DC 20005. (c) Permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). (d) Parking spaces may be individual spaces. (e) Secure access to the facility shall be by key security card or a number pad. If the key security card is used, Contractor shall issue keys to FinCEN. (f)Parking area shall be kept clean and maintained. (vii) Date of delivery and acceptance; Starting OCTOBER 1, 2012 for a maximum term of one year. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors must address each of the technical requirements outlined in section "vi" a through f. Offeror's submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document that shall include the format shown in section (v). Fixed monthly rates shall include all costs and fees. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. This contract will be awarded on a Lowest Price Technically Acceptable basis. Vendors will be evaluated based on their adherence to the requirements set forth in Section (vi). (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (April 2010). 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); FAR 52.209-2 (JULY 2009) Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov. (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received no later than MONDAY SEPTEMBER 24, 2012 at 10:00 a.m. Eastern time. Offers are due no later than WEDNESDAY, SEPTEMBER 26, 2012 at 12:00 p.m. Eastern Time and must be submitted electronically (via email) to the individual noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Craig Miron, Contracting Officer, (703) 905-5154 / Craig.Miron@fincen.gov. (xvii) Note: The payment for parking spaces will be split between the Government and the individuals assigned the parking spaces. The individuals will pay their portion of the monthly cost directly to the parking garage company with the balance paid by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/FINCEN/VAV/FINCEN-PARKING/listing.html)
 
Place of Performance
Address: Within 2 blocks of 1801 L Street, NW, Washington, DC 20005, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02892331-W 20120922/120921002233-bf9d649f80984fded92a8b0fa2e970aa (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.