Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2000 PSA #2700
SOLICITATIONS

X -- RENTAL OF PARKING LOTS AND GARAGES

Notice Date
October 3, 2000
Contracting Office
U.S. Immigration & Naturalization Service, Administrative Center, Attn: ACLCAP-Contracts, P.O. Box 30080, Laguna Niguel, CA 92607-0080
ZIP Code
92607-0080
Solicitation Number
ACL-0-Q-0029
Response Due
October 17, 2000
Point of Contact
Linda Holder,949-360-3180; Lewis B. Allen, Contracting Officer 949-360-3188
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; proposals are being requested and a written solicitation will not be issued. The solicitation, ACL-0-Q-0029, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The North American Industry Classification System (NAICS) Number is 812930-Parking Lots and Garages. This is a firm fixed priced requirement for 33 parking spaces within a five (5) block radius of INS Federal Building located at 880 Front Street, Suite 1234, San Diego, CA 92101. The exact boundaries should be North-Ash Street, South-E Street, East-5th Street, West-Kettner Blvd. The garage must have ceiling clearance and parking spaces to accommodate Ford Crown Victorias and other full size sedans. The parking spaces can be in various locations throughout the parking garage. The parking garage must be enclosed with access/egress control and the garage must be available for officer's use seven (7) days a week, 24 hours per day, 365/366 days per year. Self-parking capability is mandatory. 24-hour access shall be provided by any means (attendant, access card, etc., at no additional cost to the Government). Standard commercial garages are acceptable. The garage must be suitable for vehicular parking with appropriate exhaust fume ventilation. The Contractor must have all required licenses and permits. The parking garage shall be clean, free of rubbish, garbage and rodents. The parking garage must have adequate lighting 24 hours a day, 7 days a week. Services shall be provided at the Contractor's Parking Garage Location for the period beginning November 1, 2000 through September 30, 2001. For an initial 11-month period, the offerors shall quote monthly fees for 33 parking spaces and separately quote option monthly fees for two (2)-12 month options. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quality of the Parking Garage Facility, Location of the Facility, and Price . Offers are intended to be evaluated, and award made, without discussions. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause, 52.212-4 Addendum: 52.217-6 Option for Increased Quantity (Mar 1989) and 52.217-9-Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 11 months with two (2) additional option years. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited within this clause are applicable to the acquisition. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (E.O. 1124). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era(38 U.S.C. 4212), 52.225-3, Buy American Act-North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 2112 note). 52.225-15, Sanctioned European Union Country End Products (E.O. 12849), 52.232-34, Payments Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332) and 52.232-18 Availability of Funds. In accordance with the continuing resolution, funds are not presently available for performance of a contract beyond October 6, 2000. The Government's obligation for the performance beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. Based on past experience, it is anticipated that Fiscal year 2001 funds will be appropriated. If additional funds are not provided, the contractor will be notified. Otherwise, performance should continued accordingly. The Offeror may obtain the clauses in full text electronically at web site http: www.arnet.gov/far. All offers must be submitted no later than October 17, 2000 @ 5:00 p.m., Pacific Daylight Time. Only written responses will be acceptable. Award will be made to the responsible, responsive contractor with the "best value" offer. Offers must be submitted on company letterhead and be signed by an authorized official. All offers shall be clearly marked with, solicitation number, company name, address, telephone and fax numbers. For information regarding this solicitation contact Linda Holder or Lewis B. Allen, at 949-360-3180.
Record
Loren Data Corp. 20001005/XSOL002.HTM (W-277 SN5034N5)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on October 3, 2000 by Loren Data Corp. -- info@ld.com