Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOLICITATION NOTICE

X -- Parking - Region 9 Oakland, CA

Notice Date
7/28/2025 10:37:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
CISA CONTRACTING ACTIVITY Washington DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RCSJ25Q00000174
 
Response Due
8/6/2025 12:00:00 PM
 
Archive Date
08/21/2025
 
Point of Contact
Alicia Codrington, Tammy Shumate
 
E-Mail Address
alicia.codrington@mail.cisa.dhs.gov, tammy.shumate@mail.cisa.dhs.gov
(alicia.codrington@mail.cisa.dhs.gov, tammy.shumate@mail.cisa.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
07/28/2025 Region 9 Questions and answers attachment posted. Combined Synopsis/Solicitation The Department of Homeland Security (DHS), Chief of the Contracting Office (COCO), Cybersecurity and Infrastructure Security Agency (CISA), Integrated Operations Division (IOD) has a requirement to reserve one (1) parking space to support the CISA Regional Office (Region 9), located at 1301 Clay Street, Suite 3655, Oakland, CA 94612. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is 70RCSJ25Q00000174 and is being issued as a Request for Quotation (RFQ). (iii) This combined synopsis/solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2025 - June 11, 2025. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 812930 for Parking Lots and Garages, Product Service Code (PSC) X1LZ. (v) The Department of Homeland Security, Chief of Contracting Office (COCO) intends to award a Firm Fixed Price purchase order. The contract line-item numbers (CLINs) for this requirement are as follows: CLIN Description Date 0001 Parking Space (One space) (September 19, 2025-September 18, 2026) 1001 Parking Space (One space) (September 19, 2026-September 18, 2027) 2001 Parking Space (One space) (September 19, 2027-September 18, 2028) 3001 Parking Space (One space) (September 19, 2028-September 18, 2029) 4001 Parking Space (One space) (September 19, 2029-September 18, 2030) (vi) See Attachment 1 Statement of Requirements (SOR) and Attachment 2 Terms and Conditions for the description of requirements. Both attachments will be incorporated into the awarded purchase order. (vii) The period of performance for this purchase order is a 12-month base and four (4) 12-month option periods. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Products and Commercial Services (SEP 2023) is incorporated into this solicitation. Quoters may obtain the full text version of this provision electronically at www.acquisition.gov/far/ Quoters shall submit the following information as part of their quote: - Total Firm-Fixed-Price quote for CLINs 0001 through CLIN 4001 in Attachment 3 Pricing of this solicitation. The fixed rate shall be inclusive of all services described in the Statement of Requirements. - Confirmation that the Offeror can meet the parking structure, schedule, availability, and location requirements. Quotes must be submitted by the Garage/Parking Vendor. Quotes submitted by third parties will not be accepted. (End of Provision) (ix) FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (NOV 2021) is incorporated into this solicitation. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: Factor 1: Parking Access Factor 2: Facility Location Factor 3: Overall Quantity and Facility Requirements The best value determination will be made using the tradeoff process, where non-price factors, when combined are significantly more important than price. For Factor 1: Parking Access, Factor 2: Facility Location, and Factor 3: Overall Quantity and Facility Requirements, the Government will evaluate the extent to which the offeror is able to meet, at minimum, all the requirements outlined in Section 2.0 the Statement of Requirement (Attachment 1 � SOR). (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) (x) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025) is to be submitted with your quote by ensuring the venue�s System for Award Management (SAM) record is active. See Attachment 2 � Terms and Conditions. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. See Attachment 2- Terms and Conditions. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial services (JAN 2025)(DEVIATION FEB 2025) applies to this acquisition. See Attachment 2- Terms and Conditions. (xiii) There are no additional contract requirements or terms and conditions, outside of those already identified within this combination synopsis/solicitation and associated documents, determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. (xv) Quotations are due no later than Wednesday, August 6 at 3:00 PM Eastern Standard Time. Quotes shall be e-mailed to Contract Specialist, Tammy Shumate @ tammy.shumate@mail.cisa.dhs.gov and Contracting Officer Alicia Codrington @ alicia.codrington@mail.cisa.dhs.gov (xvi) Any questions regarding this solicitation should be submitted no later than Friday, July 25 at 3:00 PM Eastern Standard Time. Questions shall be e-mailed to Contract Specialist, tammy.shumate@mail.cisa.dhs.gov and Contracting Officer alicia.codrington@mail.cisa.dhs.gov For information regarding the solicitation, please contact Tammy.shumate@mail.cisa.dhs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/afb5dee42b564f97960db8d097ce0182/view)
 
Place of Performance
Address: CA 94612, USA
Zip Code: 94612
Country: USA
 
Record
SN07526361-F 20250730/250728230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.