Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
SOLICITATION NOTICE

V -- Parking Services - Attachment A - Statement of Work - Attachment B - Applicable Clauses and Evaluation

Notice Date
2/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
ED-OOM-14-R-0014
 
Archive Date
3/5/2014
 
Point of Contact
Holly Le, Phone: 202-245-6070, Desandre E. Woodard, Phone: (202)245-6175
 
E-Mail Address
Holly.Le@ed.gov, desandre.woodard@ed.gov
(Holly.Le@ed.gov, desandre.woodard@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Applicable Clauses and Evaluation Statement Of Work The U.S. Department of Education (Department), Office of Management (OM), Management Services, Transportation Services Division has a parking requirement for sixty-five (65) regular, non-stacked spaces and three (3) handicapped non-stacked spaces within one (1) block of 1010 Walnut Street, Kansas City, Missouri, for the Office of Communication and Outreach (OCO), Office for Civil Rights (OCR), and Federal Student Aid (FSA) employees who work in the building. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The principal place of performance shall be at the Department’s Kansas City, Missouri office located at 1010 Walnut Street, Kansas City, Missouri. This combined synopsis/solicitation is subject to the availability of funds and does not obligate the Department to award a contract. Interested sources must submit information that demonstrates their ability to meet the requirements above, no later than February 18, 2014 at 12:00 PM, E.S.T. Any proposals must be submitted electronically to the attention of Holly.Le@ed.gov, Contract Specialist, with a concurrent copy to Desandre.Woodard@ed.gov, Contracting Officer. Below is a list of contract line item numbers including options: CLIN 0001: Base Period: February 28, 2014 to February 27, 2015 CLIN 0002: Option Period 1: February 28, 2015 to February 27, 2016 CLIN 0003: Option Period 2: February 28, 2016 to February 27, 2017 CLIN 0004: Option Period 3: February 28, 2016 to February 27, 2017 CLIN 0005: Option Period 4: February 28, 2018 to February 27, 2019 In order to evaluate pricing for clause 52.217-8, Option to Extend Services, the Department intends on using the contractor’s base or option monthly pricing for the 6 month extension, if exercised. The Department anticipates awarding this requirement as a firm-fixed-priced contract type. Proposals may be submitted on a company letterhead. Proposals shall include the solicitation number, company name, point of contact, address, phone number, email, fax number, tax identification number, DUNS number, and business size status (e.g., Other than Small, 8(a), Small Disadvantaged Business, HUBZone, Woman Owned Small Business, Etc.). Offer must be valid for 45 calendar days after submission. Proposals are limited to 5 pages, including a cover page. Please note that offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and Department of Education Acquisition Regulation (EDAR) Provision 3452.209–71 – Conflict of Interest Certification. In addition, the offeror must identify the contract administrator as required by General Provision 306-8. This solicitation and its corresponding provisions are those in effect through Federal Acquisition Circular Number 2005-72. Offerors will be evaluated based on price and ability to meet the solicitation requirements. The basis for the award will be best value through trade-offs; therefore, the Department may award to other than the lowest-priced offeror based on the proposed proximity. See Attachment B for Applicable Clauses and Evaluation. General Provision 309-1a, LIST OF ATTACHMENTS: Attachment A -Statement of Work (SOW); Attachment B- Applicable Clauses and Evaluation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-OOM-14-R-0014/listing.html)
 
Place of Performance
Address: 1010 Walnut Street, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN03280851-W 20140206/140204235404-79dd128ce92718caa2176f77efb36083 (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.