|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124Department of the Treasury (DY), Bureau of Engraving and Printing
Office of Procurement, 14th & C Sts., SW, Room 708-A, Washington, DC
20228 X -- LEASING OF PARKING SPACES SOL BEP-98-22(TN) DUE 072398 POC
Contract Specialist, Sharon Phillips (202)874-3255 (i) This is a
COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in
accordance with the format in FAR subpart 12.6, as supplemented with
the additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. In addition, this acquisition
utilizes the procedures contained in FAR Subpart 13.5 and Part 15. (ii)
Solicitation number is BEP-98-22(TN) and is issued as a request for
Proposal (RFP). (iii) This solicitation documents and incorporates
provisions and clauses in effect through Federal Acquisition Circular
97-04. (iv) The Standard Industrial Classification (SIC) code is 7521,
with a small business size standard of $5.0 Million. This procurement
is unrestricted and is being advertised as full and open competition.
(v) The BEP intends to award a Firm Fixed-Price, Indefinite Delivery
Indefinite Quantity (IDIQ) contract for a base period of 8 months and
4 one-year option periods. The yearly requirement is for an estimated
175 parking spaces per month with a minimum of 150 spaces and a maximum
of 248 spaces. Lot I Base Period (Feb. 1, 1999 through Sept. 30, 1999):
CLIN Item 001 for monthly parking of an estimated 175 spaces; Lot II
Option Year One (October 1, 1999 through Sept. 30, 2000): CLIN Item 002
monthly parking of an estimated 175 spaces; Lot III Option Year Two
(October 1, 2000 through Sept. 30, 2001): CLIN Item 003 monthly parking
of an estimated 175 spaces; Lot IV Option Year Three (October 1, 2001
through Sept. 30, 2002): CLIN Item 004 monthly parking of an estimated
175 spaces; Lot V Option Year Four (October 1, 2002 through Sept. 30,
2003): CLIN Item 005 monthly parking of an estimated 175 spaces.
Offerors are to propose on the monthly fee per parking space. (vi) The
purpose of this procurement is to establish a non-personal services
contract to lease parking spaces in general proximity to the Bureau of
Engraving and Printing's offices at 14th and C Streets (Annex
Building) S.W., Washington, D.C. 20228. The general proximity is
defined as the area bound on the north by Jefferson Place S.W.; on the
east by 7th and G Streets N.W. as well as 4th Street S.W.; on the
south by the Washington Channel; and bound on the west by Raoul
Wallenburg Place (15th Street). Offerors may submit alternate proposals
for separate locations. Each proposal shall be identified by separate
numbers and stand on its own. If an offeror submits a proposal that
identifies more than one location to fulfill the parking requirement,
then the locations must be within close proximity of each other. The
Contractor, as an independent and not an agent of the Government, shall
furnish the necessary personnel, maintenance, insurance, and security
required to provide for the monthly leasing of parking spaces for
Bureau employees in accordance with the terms and conditions stated
herein. The Contractor shall provide a well-lit, paved parking area.
Parking spaces shall be clean of debris, and be secured with access and
exitcontrolled by the Contractor. The location(s) shall have parking
spaces which will not require the need to move more than one other
vehicle in order to permit any one particular vehicle to enter or exit
the parking area. No more than 25 vehicles shall be assigned to spaces
where they will be blocked by another vehicle. The parking spaces shall
be of sufficient size to accommodate various types of vehicles (i.e.,
full size, compact, trucks, and vans) and be available between the
hours of 5:30 a.m. to 6:30 p.m., Monday through Friday, except for
Government holidays and any other day that the Bureau may be closed for
business. A minimum of 90 percent of spaces shall be covered or
indoors. If more than one location is proposed, the locations must be
within close proximity of each other. The percentage of vehicle space
size shall be as follows: 65% full size (standard-over 210" long); 30%
compact (180" to 210" long); and 5% large vans (over 210" long and 7.5
foot height clearance). The Contractor shall provide security personnel
to patrol between the hours of 5:30 a.m. to 6:30 p.m. The Contractor
shall exercise supervision of the parking area as may be necessary to
ensure that only authorized Bureau employees with valid parking
authorization are allowed use of reserved parking spaces. Monthly
authorization shall be issued by the Contractor. The Bureau will
provide the Contractor a listing of approved parking participants.
These will be provided approximately five working days before the
beginning of the month to allow the Contractor time to reissue new
authorizations, if necessary. The Contractor shall be responsible for
monitoring entrance and exit of authorized users of the parking
facility(ies). During inclement weather (i.e., snow and ice) the
Contractor shall at all times keep the parking area free from
accumulation of snow or ice. All surfaces shall be treated to prevent
slippery conditions including entrance and exit ramps. Only EPA
approved chemicals and materials shall be applied under icy conditions.
In accordance with FAR 28.307-2 Liability, the successful Contractor
shall acquire, and present proof of liability insurance in an amount
and coverage as to meet the insurance requirements of the jurisdiction
in which the parking facility is located. In performance of the work
herein, the successful Contractor shall obtain and maintain in effect
all necessary permits and licenses required by Federal, State, and
local government, or subdivision thereof, or of any other duly
constituted public authority. The successful Contractor shall comply
with all laws and regulations applicable to the work to be performed
herein. In addition, the successful Contractor shall indemnify the
Federal Government against all claims and/or suits for damage to
property, personal injuries, and the loss of limb or life at the
parking facility(ies), and shall ensure that all insurance(s) and
indemnification(s) remain in full force and effect during the entire
life of the contract. The Contracting Officer or Contracting Officer's
Technical Representative (COTR) reserves the right to inspect, or
cause the inspection of, the parking facility, and the management
thereof, to ensure compliance with the contract. (ix)
Clauses/provisions: Clause 52.212-1 Instructors to Offerors-Commercial,
is hereby incorporated by reference. The following are addenda to FAR
Clause 52.212-1: Paragraph (c) Period for acceptance of offers: The
offeror agrees to hold the prices in its offer firm for 120 calendar
days from the date specified for receipt of offers. Offerors are
advised that award may be made without discussions. Award will be made
to the responsible offeror whose proposal is responsive to the terms
of the RFP and is most advantageous to the government. (x) FAR
provision 52.212-2 Evaluation-Commercial Items applies to this
solicitation and the following evaluation criteria (arranged in
descending order of importance) shall be used to evaluate offers:
Location of Facility Relative to BEP; Past Performance; Security
Procedure; Ingress/Egress System for Vehicles; and Site/Facility
Conditions. Each offeror shall submit names, addresses, phone numbers,
and points of contact (references) of three (3) contracts not more
than 3 years old. The BEP reserves the right to contact all parties
listed and any additional parties it deems necessary. The BEP reserves
the right to use all information available to it. (xi) FAR provision
52.212-3 Offeror Representations and Certifications-Commercial Items is
incorporated by reference (offerors must complete and return this
provision with their proposal). Please contact Sharon Phillips for copy
of Representations and Certifications (to be completed). (xii) FAR
clause 52.212-4, Contract Terms and Conditions-Commercial Items, hereby
applies to this solicitation. (xiii) FAR clause 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies to this acquisition with the following
addenda: Paragraph (b) the following FAR clauses are hereby
incorporated by reference: 52.203-6, 52.219-8,52.219-9, 52.222-26,
52.222-35, 52.222-36, and 52.222-37. Paragraph (c) the following
clauses are incorporated by reference: 52.222-41 and 52.222-43. Wage
Determination number 94-2103, revision 14, dated 07/01/97 is applicable
to this solicitation. Please contact Sharon Phillips for a copy of the
wage determination. The following FAR clauses apply to this
solicitation and are included as addenda: 52.217-9 Option to Extend the
Term of the Contract -- (a) The Government may extend the term of this
contract by written notice to the Contractor within 30 days of
contract expiration; provided . (b) If the Government exercises this
option, the extended contract . (c) The total duration of this
contract,, shall not exceed 60 months; and 52.232-18 Availability of
Funds. Clauses and certifications can be obtained in full text at the
following web site: //www.bep.treas.gov/procurement/index.cfm. (xvi)
Proposal must be received no later than Thursday, July 23, 1998, 4:00
p.m. EST and must be mailed to Department of the Treasury, Bureau of
Engraving & Printing, Office of Procurement, Room 705A, 14th & C
Streets, SW, Washington, DC 20228-0001, Attention: Sharon Phillips.
(xvii) For information regarding this solicitation contact Sharon
Phillips in writing or by fax (202-874-2200) no later than July 08,
1998. (0174) Loren Data Corp. http://www.ld.com (SYN# 0123 19980625\X-0002.SOL)
X - Lease or Rental of Facilities Index Page
|
|