Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2020 SAM #6895
SOLICITATION NOTICE

X -- Parking Spaces - USMS District of Columbia Superior Court

Notice Date
10/13/2020 9:54:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M10221QA4100001
 
Response Due
10/13/2020 2:00:00 PM
 
Archive Date
10/28/2020
 
Point of Contact
Deloyce Barrington, Greg Hermsen
 
E-Mail Address
deloyce.barrington@usdoj.gov, gregory.hermsen@usdoj.gov
(deloyce.barrington@usdoj.gov, gregory.hermsen@usdoj.gov)
 
Description
The U.S. Marshals Service (USMS) District of Columbia Superior Court requires the services of a contractor that has the capability to provide monthly secure 24-hour covered parking for a total of sixty (60) Government-owned vehicles. In accordance with FAR 12.603(c)(2), the following is provided: (i) This is a combined synopsis/solicitation for commercial item/services prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures found at FAR Subpart 13.5 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. (ii) The solicitation number is 15M10221QA4100001 and is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. (iv) This requirement is UNRESTRICTED. NAICS code is 812930 with a size standard $41,500,000.00. (v) Offerors shall provide their quote on company letterhead. (vi) The contractor shall supply all personnel, labor, material and equipment to support this requirement. Additional information pertaining to this requirement are in the attached to this notice. (vii) The base year period of performance for the resultant contract is anticipated to be twelve (12) months from contract award, November 1, 2020 � October 31, 2021. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offeror shall submit their quote in two (2) volumes: Volume I � Technical Capability Offerors are required to submit a technical quote that demonstrates their ability to provide parking services as described in the Statement of Work (SOW). Offerors shall at a minimum address the following within their technical quote: Facility Operations to include: Address of the parking facility and distance (in blocks) from the District of Columbia Superior Court�s office place of performance location. Identify ability to provide Secure 24-hour covered parking. Identify the number of parking spaces available to accommodate mid-size Sport Utility Vehicle and full-size passenger vehicles, if they are co-located and how they will be accessible twenty-four (24) hours per day, seven (7) days per week, including Federal holidays. Identify whether a parking attendant is on site within the hours and days of SOW Explain how problems with entering or exiting the facility while contractor personnel are not present are resolved.� For example, a malfunctioning garage door or gate prevents a vehicle from entering or exiting. �Volume II � Price Offerors shall submit a signed SF1449 with all quoted prices listed within the Schedule of Supplies/Services (see page 4). (ix) The provision at FAR 52.212-2, Evaluation � Commercial Items, is applicable to this acquisition. In accordance with FAR 13.106-2(b)(3), the Government will perform an evaluation using a comparative evaluation. The Government will compare quotes to one another to select the contractor that is the most advantageous in terms of technical capability and price.�� Technical Capability An offeror�s technical capability will be evaluated based on the factor described herein to determine an offeror�s ability to provide parking services as described in the Statement of Work (SOW). The technical capability factor is as follows: Facility Operations to include: Address of the parking facility and distance (in blocks) from the District of Columbia Superior Court�s office place of performance location. Ability to provide secure 24-hour covered parking. Number of parking spaces available to accommodate mid-size Sport Utility Vehicle and full-size passenger vehicles, if they are co-located and how they will be accessible twenty-four (24) hours per day, seven (7) days per week, including Federal holidays. Parking attendant is on site within the hours and days of SOW How problems with entering or exiting the facility while contractor personnel are not present are resolved.� For example, a malfunctioning garage door or gate prevents a vehicle from entering or exiting. Due to safety concerns, technical capability preference will be given to a responsive offeror whose parking facility offers the least amount of walking distance to the USMS District office. See SOW for USMS District office address.� Price Each price quote will be evaluated on the basis of price reasonableness.� This evaluation may include, but is not limited to a comparison of the quoted price with the prices quoted by other offerors, the Government�s estimate, consideration of current prices being paid for the same or similar services, current market conditions, as well as other relevant measures.� This factor shall be addressed in the solicitation's price schedule. Basis for Award The contract will be awarded to the offeror whose proposal contains the combination of evaluated factors (i.e. Technical Capability and Price) that is most advantageous to the Government. The Government will perform an evaluation using a comparative evaluation. The Government will compare quotes to one another to select the contractor that is the most advantageous in terms of technical capability and price.� All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting a price proposal and technical proposal.� To be eligible for award under this solicitation, the offeror must be listed with active status on the System for Award Management website - www.SAM.Gov. The Government reserves the right to award without discussions. Multiple awards will not result from this solicitation. (x) Offerors shall be registered at SAM.Gov in order to be eligible for award. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. See FAR 52.212-5 for additional clauses that pertain to this requirement. (xiii) Exceptions. Any exceptions to this Request for Quote or the Statement of Work will not be accepted by the U.S. Marshals Service. (xiv) Not used. (xv) Quotes are due no later than October 13, 2020 at 5:00pm (EST) and shall be emailed to deloyce.barrington@usdoj.gov. (xvi) No telephone calls will be accepted. All questions concerning the solicitation must be submitted in writing. Written inquires will be answered in writing via amendment, however, because of the response time, no such inquiries will be considered if received after 1:00pm (EST) on October 7, 2020. All questions shall be submitted to deloyce.barrington@usdoj.gov. Answers to questions will be provided to all offerors being solicited. This solicitation is being issued in electronic format only. Hard copies of the solicitation will not be available and telephonic, written, or fax requests will not be accepted. Contractors may download the solicitation (and any amendments) via the beta.SAM.gov web site, https://beta.sam.gov/search?index=opp under Solicitation No. 15M10221QA4100001. It is the offerors responsibility to monitor the beta.SAM.gov web site for any amendments. Interested firms must register at beta.SAM.gov in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. All contractors are required to be registered in System for Award Management (SAM) before award. There is NO fee to register for SAM. If you used any of the previous systems, you should now go to www.sam.gov to update your information. SAM training tools and quick-start guides are available on both the SAM and Federal Service Desk websites, located at www.sam.gov and www.fsd.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bfaacfeb1ca84b1fb1b4b201e93164f7/view)
 
Place of Performance
Address: Washington, DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN05825888-F 20201015/201013230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.