Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

X -- Boston Parking

Notice Date
9/12/2025 6:30:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
OFFICE INSPECTOR GENERAL WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70VT1525Q00033
 
Response Due
9/18/2025 2:00:00 PM
 
Archive Date
10/03/2025
 
Point of Contact
Tamika Richardson, Phone: 2023452777
 
E-Mail Address
Tamika.Richardson@oig.dhs.gov
(Tamika.Richardson@oig.dhs.gov)
 
Description
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. Solicitation number 70VT1525Q00033 is issued as a Request for Quotes (RFQ). The Department of Homeland Security-Office of Inspector General (DHS-OIG) has a requirement for (4) Parking Spaces located at, or within a 2-block radius of 10 Causeway St, Boston, MA 02222. The following specifications must be met: Must have 24 hour, seven days a week access Secured facility with in and out privileges and self-parking Contractors/Attendants will not leave the vehicles unsecured and will not have or require access to vehicle keys Lot must be an enclosed (covered) facility Parking spaces must be located at, or within a 2-block radius of 10 Causeway St, Boston, MA 02222. The contract period of performance will be for (1) Base Period and (4) Option Periods. Base Year: 09/22/25-03/31/26 Option Year 1: 04/01/26-03/31/27 Option Year 2: 04/01/27-03/31/28 Option Year 3: 04/01/28-03/31/29 Option Year 4: 04/01/29-03/31/30 The Government intends to award a competitive fixed price contract with economic price adjustment. The Offeror shall submit a quote for the Base Period and (4) Option Periods. The quote shall include the cost per access card/key fob and cost per parking space per month for the Base Period and the cost per parking space per month for the Option Periods. The Government anticipates awarding on the offeror that provides the lowest price technically acceptable offer. The quote submitted shall include the following: I. Pricing: Provide a firm fixed price for (1) Base Period and (4) Option Periods. The price is to include cost per access card/key fob to access the garage and monthly cost per parking space. II. System for Award Management (SAM) registration info (i.e. UEID #) III. Vendor address and TIN number Quote shall be submitted in electronic format and emailed to Tamika Richardson at Tamika.Richardson@oig.dhs.gov by no later than 5:00 p.m. (Eastern Time), September 18, 2025. Questions shall be directed to Tamika Richardson via email at Tamika.Richardson@oig.dhs.gov by no later than September 15, 2025 at 2:00 p.m. EST. EVALUATION: Award will be made to the lowest priced technically acceptable offeror. In order to be technically acceptable, the offeror shall provide a quote of pricing and meet the items identified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.212-1 Instructions to Offerors-Commercial Items (Sep 2023); 52.212-2 Evaluation-Commercial Items (Nov 2021) 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2024) 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2023); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (May 2024) 52.217-5 Evaluation of Options (July 1990) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-26 Equal Opportunity (Sep 2016) 52.222-26 Equal Opportunity (Sep 2016) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020) 52.222-37 Employment Reports on Veterans (Jun 2020) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (June 2020) 52.232-18 Availability of funds (Apr 1984) 52.232.39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3 Protest after Award (Aug. 1996) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) 52.243-1 Changes-Fixed-Price (Aug 1987) 52.252-2 Clauses Incorporated by Reference (Feb 1998) These FAR Provisions and Clauses may be accessed electronically at: http://www.acquisition.gov/far. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Reference requisition number 70VT1525Q00033 when submitting your quote. This requirement is unrestricted. NAICS 812930.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c9af09e91d1e48f5b6e496ae9314ea43/view)
 
Place of Performance
Address: Boston, MA, USA
Country: USA
 
Record
SN07588948-F 20250914/250912230042 (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.