Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

Department 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