SPECIAL NOTICE
X -- Intent to Issue FFP Sole Source Parking Contract, DC
- Notice Date
- 5/31/2013
- Notice Type
- Special Notice
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Mission Support Orlando (OAQ-MR), Immigration & Customs Enforcement (ICE), Department of Homeland Security (DHS), 9411 Tradeport Dr., Orlando, Florida, 32827, United States
- ZIP Code
- 32827
- Solicitation Number
- 192113OAM2514A017
- Archive Date
- 6/25/2013
- Point of Contact
- B Davis, Phone: 4074405318
- E-Mail Address
-
beverly.c.davis@ice.dhs.gov
(beverly.c.davis@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security (DHS), Immigrations and Customs Enforcement (ICE) Office of Acquisition (OAQ) intends to issue a firm-fixed price sole source contract to ACE Parking for facilities located at 950 L'Enfant Plaza, Washington, DC 20024 under the authority of FAR 6.302-1 "Only One Responsible Source and No Other Supplies or Services will Satisfy the Agency Requirements." The sole source requirement is to provide up to 40 indoor parking spaces for ICE employees with 24/7, 365 days a year access who work in offices that are located at L'Enfant Plaza Washington, DC 20024. The Government has determined through market research that ACE Parking is the only known company capable of providing the required parking spaces within close proximity. Close proximity is necessary to reduce the chances of physical harm to agents, response vehicles, or from imposing difficulties related to security and safety of employees (including those with disabilities) as well as the chances of negatively impacting work place access for employees on call 24/7 who must be able to enter/exit the building with complete flexibility and without delay to conduct their assigned duties. This requirement will allow the agency to comply with Title III of the Americans with Disabilities Act of 1990 (42 U.S.C. 12181) which prohibits discrimination on the basis of disability by public accommodations. The period of performance for this service is for a 12-month period with three (3) 12-month option periods. Notwithstanding, any firm that believes it is capable of meeting ICE's requirement as stated herein may submit a capability statement, which if received within ten (10) calendar days of the date of this announcement, may be considered. This notice satisfies the requirement of FAR 5.203 for publicizing contract opportunities and is not a notice for receipt of competitive quotes. No contract will be awarded on the basis of offers received in response to this notice. Responses to this notice must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to award a sole source contract based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to Beverly Davis, via email: beverly.c.davis@ice.dhs.gov at DHS, ICE. All feedback received will be taken into consideration: however, the agency reserves the right to not utilize the comments or any other information provided. This notice in no way obligates the Government to award a contract. ICE is not responsible for any costs incurred by vendor responses to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05687867a1c80dff6d7755e32bdbb23b)
- Place of Performance
- Address: Washington, District of Columbia, 20024, United States
- Zip Code: 20024
- Zip Code: 20024
- Record
- SN03077237-W 20130602/130601000902-05687867a1c80dff6d7755e32bdbb23b (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 |