Parking and Shuttle Services SPE608-24-Q-0201
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159599339662268 |
Posted Date: | Mar 7, 2024 |
Due Date: | Mar 13, 2024 |
Source: | https://sam.gov/opp/ae4d760cca... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 07, 2024 07:19 am EST
- Original Date Offers Due: Mar 13, 2024 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 28, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: X1LZ - LEASE/RENTAL OF PARKING FACILITIES
-
NAICS Code:
- 81293 - Parking Lots and Garages
-
Place of Performance:
Houston , TX 77007USA
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Number is SPE608-24-Q-0201 is issued as a Request for Quote (RFQ).
This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-03 effective date 02/23/2024, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 02/15/2024, effective date 02/15/2024.
This is a total small business set-aside requirement.
Any resultant contract award will be a Firm-Fixed Price Contract with a one-year base period of performance; with two (2) one-year options. Contract performance will start on the date of award and end one year from the performance start date.
Offers are asked to provide prices for
1. Parking garage/Parking lot only and,
2. Parking garage/Parking lot and shuttle services.
Offerors are advised that offer prices should include all costs required to performance the contract. Quotes must be submitted in English, U.S. Currency, and provide a price for the initial year and each option year.
Award will be made to the lowest priced Offeror whose offer meets the material requirements of the solicitation and is most advantageous to the Government. The government reserves the right to make an award on one or all line items or no award.
SUPPLIES AND SERVICES TO BE FURNISHED
Line Item 0001:
Minimum of 53 Designated parking spaces within .5 miles or less of 2320 La Branch Street, Houston TX 77004.
The Period of Performance/Scope reads as follows:
Parking - Monday-Friday: Date of Award; 0530 - 1830
Line Item 0002:
Parking with Shuttle Service
Morning Runs: 0545 - 0900*
Lunch Runs: 1045 - 1300*
Evening Runs: 1430 - 1830**
Parking garage or similar and provided bus(es) transportation and driver to transport personnel to and from the location listed below:
[La Branch Federal Building - 2320 La Branch Street, Houston, TX 77004]
The Period of Performance/Scope reads as follows:
Parking - Monday-Friday: Date of Award; 0530 - 1830
* Bus pickup from La Branch Federal Building to designated parking garage and back to the La Branch Federal Building.
**Fom La Branch Federal Building to designated parking garage. Estimate 53 personnel will need to be transported.
This service does not include Weekends and Federal Holidays.
The following provisions and clauses apply to this acquisition:
FAR provision 52.212-1, Instructions to Offerors-Commercial applies to this acquisition.
FAR provision 52.212-2, Evaluation–Commercial Items applies to this acquisition. The basis of award will be lowest price responsible offer responding to this request for quote.
FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this acquisition. The vendor should complete this provision in the System for Award Management (SAM).
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additionally, the following clauses are incorporated by reference: FAR clauses 52.203-6, 52.203-13, 52.204-10, 52.209-6, and 52.209-9; DFARS clauses 252.225-7020, 252.225-7043, 252.225-7993, 252.225-7994, 252.233-7001 and 252.246-7000.
CONTRACT CLAUSES & PROVISIONS INCORPORATED BY REFERENCE
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
www.acquisition.gov, DFARS | Acquisition.GOV, DLAD | Acquisition.GOV
FAR 52.204-7
SYSTEM OF AWARD MANAGEMENT
OCT 2018
FAR 52.203-3
GRATUTITIES
APR 1994
FAR 52.203-6
RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT.
JUN 2020
FAR 52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS.
JUN 2020
FAR 52.203-12
LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
JUN 2020
FAR 52.203-17
CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWERS RIGHTS
NOV 2023
FAR 52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
FAR 52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
AUG 2020
FAR 52.204-25
PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
NOV 2021
FAR 52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
AUG 2020
FAR 52.204-17
OWNERSHIP OR CONTROL OFFEROR
AUG 2020
DFARS 252.232-7006
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
JAN 2023
FAR 52.209-6
PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT.
NOV 2021
FAR 52.209-9
UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS
OCT 2018
FAR 52.212-4
CONTRACT TERMS AND CONDITIONS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
NOV 2023
FAR 52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTE OR EXECUTIVE ORDERS –
COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
NOV 2023
FAR 52.222-19
CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES
FEB 2024
FAR 52.232-17
INTEREST
MAY 2014
FAR 52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
MAY 2023
FAR 52.233-3
PROTEST AFTER AWARD
AUG 1996
FAR 52.242-13
BANKRUPTCY
JUL 1995
FAR 52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
DFARS 252.243-7001
PRICING OF CONTRACT MODIFICATIONS
DEC 1991
DFARS 252.243-7002
REQUESTS FOR EQUITABLE ADJUSTMENT
DEC 2022
DFARS 252.203-7000
REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
SEP 2011
DFARS 252.203-7002
REQIREMENTS TO INFORM ENPLOYEES OF WHISTELBLOWER RIGHTS
DEC 2022
DFARS 252.204-7012
SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
JAN 2023
DFARS 252.204-7015
NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
JAN 2023
DFARS 252.209-7004
SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM
MAY 2019
DFARS 252.225-7012
PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES
APR 2022
DFARS 252.225-7021
TRADE AGREEMENTS—BASIC
FEB 2024
DFARS 252.225-7041
CORRESPONDENCE IN ENGLISH
JUN 1997
DFARS 252.225-7975
ADDITIONAL ACCESS TO CONTRACTOR AND
SUBCONTRACTOR RECORDS (DEVIATION 2020-O0022)
NOV 2019
DFARS 252.229-7001
TAX RELIEF—BASIC
APR 2020
DFARS 252.232-7003
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
DEC 2018
DFARS 252.232-7010
LEVIES ON CONTRACT PAYMENTS
DEC 2006
DFARS 252.232-7011
PAYMENTS IN SUPPORT OF EMERGENCIES
MAY 2013
FAR 52.204-19
INCORPORATION BY REFERENCE OF REPRESENTATION AND CERTIFICATION
DEC 2014
FAR 52.204-24
REPRESENTATION REGARDING CERTAIN
TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
NOV 2021
FAR 52.204-26
COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION
OCT 2020
FAR 52.209-5
CERTIFICATION REGARDING RESPONSIBILITY MATTERS
AUG 2020
FAR 52.209-7
INFROMATION REGARDING RESPONSIBILITY MATTERS
OCT 2018
FAR 52.212-3
OFFEROR REPRESENTATION AND CERTIFICATIONS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
FEB 2024
FAR 52.222-56
CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN
OCT 2020
FAR 52.229-11
TAX ON CERTAIN PROCUREMENTS—NOTICE AND REPRESENTATION
JUN 2020
DFARS 252.203-7005
REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
SEP 2022
DFARS 252.204-7016
COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICE—REPRESENTATION
DEC 2019
DFARS 252.204-7017
PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATION EQUIPMENT OR SERVICES—REPRESENTATION
MAY 2021
DFARS 252.204-7018
PROHIBITION ON THE ACQUISITION OF COVERED TELECOMMUNICATIONS EQUIPMENT SERVICES
JAN 2023
DFARS 252.204-7019
NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS
NOV 2023
DFARS 252.225-7020
TRADE AGREEMENTS CERTIFICATE
NOV 2014
FAR 52.212-1
INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES
SEP 2023
FAR 52.214-34
SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE
APR 1991
FAR 52.214-35
SUBMISSION OF OFFERS IN U.S. CURRENCY
APR 1991
FAR 52.216-1
TYPE OF CONTRACT
APR 1984
FAR 52.232-38
SUBMISSION OF ELECTRONIC FUNDS TRANSFER
INFORMATION WITH OFFER
JUL 2013
DFARS 252.204-7008
COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
OCT 2016
DLAD 52.233-9001
DISPUTES AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR)
DEC 2016
FAR 52.212-2
EVALUATION - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
NOV 2021
Internal Instructions
SECTION I – CONTRACT CLAUSES
I11.01-2 ADMINISTRATIVE COST OF TERMINATION FOR CAUSE – COMMERCIAL ITEMS (DLA ENERGY FEB 1996)
(a) In the event this contract is terminated for cause, in whole or in part, the Government will incur administrative costs.
(b) The Contractor agrees to pay all administrative costs associated with a contract termination action. The minimum amount the Contractor shall pay for each termination action is $500. This payment for administrative costs is in addition to any excess re-procurement costs and any other remedies or damages resulting from the termination.
(c) The term termination action, as used herein, means the termination for cause, including any associated re-procurement effort, involving--
(1) Any single order or any group of orders terminated together.
(2) Any item or group of items terminated together; or
(3) The entire contract.
SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR RESPONDENTS
K33.01 AUTHORIZED NEGOTIATORS (DLA ENERGY APR 2007)
The offeror or quoter represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for proposals or quotations.
NAME TITLE PHONE NUMBER E-MAIL ADDRESS
SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS
L2.11-4 E-MAIL PROPOSALS (DLA ENERGY OCT 2010) (TAILORED)
(a) Offerors may submit proposals via e-mail. E-mail proposals are subject to the same rules as paper proposals.
(b) E-mail receiving data and compatibility characteristics are as follows:
(1) E-mail address: DDFBaseProcurements@dla.mil
(2) The DLA Energy accepts attachments in—
(i) Adobe Acrobat;
(ii) Microsoft Excel;
(iii) Microsoft Word; and
(iv) Microsoft PowerPoint.
(c) Initial proposals, modifications and proposal revisions submitted via e-mail must contain offeror's signature included in the attachment to the e-mail communication.
(d) Attachments that are not in .pdf file format must be sent password protected for “read only” to ensure the integrity of the data submitted.
(e) Proposals should be submitted electronically, number emails # of # if more than one email is submitted.
(f) The DLA Energy e-mail filter will scan the incoming e-mail and attachments for viruses and key words. Abbreviations for terms such as “Analysts” or using “3Xs” as placeholders in a document are found in the filter’s adult content library and may result in the e-mail delivery being delayed. Offerors are encouraged to verify receipt of e-mail offers by contacting the Contracting Officer prior to the solicitation closing time.
(g) If any portion of an e-mail proposal received by the Contracting Officer is unreadable, the Contracting Officer will immediately notify the offeror and permit the offeror to resubmit the proposal. The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror and the resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complied with the e-mail submissions instructions provided in this paragraph and with the time and format requirements for resubmission prescribed by the Contracting Officer.
(h) The Government reserves the right to make award solely on the e-mail proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete signed original proposal.
SECTION M – EVALUATION FACTORS FOR AWARD
52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021)
(a) 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:
____Technical_
____Distance__
____Price_____
Technical and Distance, when combined, are considered greater than price, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.
(b) Options. 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).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
The closing date for receipt of quotes is 3:00 PM Fort Belvoir, Virginia local time on Wednesday, 13 March 2025. Responses can be emailed to DDFFuelCards@dla.mil
Points of contact for information regarding this solicitation are: Bernice Doctor-Smith, Contract Specialist, Phone: 571-459-0654, email; Bernice.1.Doctor-Smith@dla.mil, and Daisy Williams, Contract Specialist, Phone: 571-363-7182, email; Daisy.Williams@dla.mil.
- BUNKERS 8725 JOHN J. KINGMAN ROAD
- FORT BELVOIR , VA 22060
- USA
- Daisy Williams
- Daisy.Williams@dla.mil
- Phone Number 5713637182
- Bernice Doctor-Smith
- bernice.1.doctor-smith@dla.mil
- Phone Number 571-459-0654
- Mar 07, 2024 07:19 am ESTSolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.