Downtown San Diego Parking
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 announce... 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. Solicitation no. 70CDCR19Q00000017 is being issued as a Request for Quote (RFQ) as a full and open competition. The North American Industry Classification System Code (NAICS) is 812930: Size Standard is $38.5 million average annual sales. Department of Homeland Security, Immigration and Customs Enforcement is requesting a quotation to 33 individual parking spaces for passenger sedans, SUVs, and trucks 0.2 miles from the San Diego Federal Building located at 880 Front Street, San Diego, CA 92101. Contractors must be able to meet the following Government requirements: 1) Parking structure must be open 24 hours, 7 days a week secure access to the parking structure with covered. The contractor shall also provide key card access to the parking structure and provide additional cards for visiting personnel. 2) Within 0.20 walking miles of the San Diego Federal Building located at 880 Front Street, San Diego, CA 92101. Period of performance is to begin August 1, 2019 through July 31, 2020. ICE will issue a Purchase Order for Firm Fixed Price for a base year and four one year option periods plus six (6) month extension under FAR 52.217-8. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran 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); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; and 52.232-33 Payment by Electronic Funds Transfer- System for Award Management. Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-18 Availability of Funds; Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via ORCA @ http://orca.bpm.gov. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03. The North American Industry Classification System Code (NAICS) is 812930: Size Standard is $38.5 million average annual sales. This procurement is being conducted under the procedures provided for in FAR Part 13.302 Purchase order. The Government will award a Purchase Order resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation with lowest price, technically acceptable. In accordance with FAR 52.212-2 Evaluation-Commercial Items, the following factors shall be used to evaluate quotes: (1) TECHNICAL FACTORE: Parking structure shall be within 0.20 miles from the San Diego Federal Building located at 880 Front Street, San Diego, CA 92101; Parking structure must be open 24 hours, 7 days a week with secure access to the parking structure and provide key card access to the parking structure and provide additional cards for visiting personnel; (2) PRICE FACTORE: Total price will be calculated by adding total of one-year base with four one-year option periods plus six (6) month option extension pricing. See attached SF1449 for a list of line items and quantities, Quoters shall fill-in the unit price and total price on the SF1449 and submit as part of their quote. This requirement is FULL AND OPEN. Closing date or response date for this synopsis/quotation is July 18, 2019 at 09:00 am, Pacific Time. Only e-mail or fax responses will be accepted. Responses can be faxed to (949) 425-7030, Attn: Natasha Nguyen, or E-mail to natasha.t.nguyen@ice.dhs.gov. All responsible sources must be SAM registered and may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »