Skip to main content

An official website of the United States government

You have 2 new alerts

PARKING SPACES

Looking for contract opportunity help?

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).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jul 08, 2024 03:22 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 25, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

MODIFICATION: TO EXTEND THE DUE DATE UNTIL 7/10/2024

PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS

INTRODUCTION

THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.  The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to award a purchase order without providing for full and open competition to acquire 30 parking spaces in the Monthly Garage for NIDDK employees from ACE Parking Management, 400 E Van Buren St Ste G-1, Phoenix, AZ 85004

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

The intended procurement is classified under NAICS code 812930 with a Size Standard of $41.50M.

REGULATORY AUTHORITY

The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2024-05 effective 05-22-2024.

This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000) and FAR Subpart 12- Acquisition of Commercial Items.

STATUTORY AUTHORITY

This acquisition is conducted under the authority of FAR 13.106-1(b)(1) – Soliciting from a single source.

Place of Performance

850 E. 5th Street,

Phoenix, AZ

Description of the Requirement:

The purpose of this acquisition is the procurement of (30) parking spaces to NIDDK/Phoenix Epidemiology & Clinical Research Branch (PECRB) staff in the parking facility at 850 E. 5th Street, Phoenix, AZ.  The preferred contractor is Ace Parking Management., 850 E. 5th Street, Phoenix, AZ.   Ace Parking Management owns, operates, and provides parking spaces for biomedical facilities located in the Phoenix Metropolitan area. NIDDK through the Office of Research Facilities (ORF) leases the 5th floor of 850 N. 5th Street, Phoenix, Arizona (AZ). There are no other parking facilities in the general vicinity (500 feet or more) to allow for the procurement of parking spaces.

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The determination by the Government to award a contract without providing for full and open competition is based upon previous the market research conducted as prescribed in FAR Part 10—Market Research.  Only one source is available: Per FAR 13.106-1(b)(1) the Contracting Officer has determined Ace Parking Management to be the only reasonably available source to provide the parking spaces the NIDDK requires as no other vendor can provide the spaces.

PERIOD OF PERFORMANCE

8/1/2024 thru 7/31/2025

CLOSING STATEMENT

This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Vendor/Contractor’s (UEI) the Unique Entity ID from SAM.gov is now the authoritative identifier for those doing business with the federal government. The DUNS Number is no longer valid for federal award identification, the Taxpayer Identification Number (TIN), and the certification of business size.  All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on July 10, 2024, to Verne Griffin, verne.griffin@nih.gov and shall reference solicitation number 75N94024Q00160.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History