Skip to main content

An official website of the United States government

You have 2 new alerts

OST Manhattan Parking, NY

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: May 20, 2024 08:35 am EDT
  • Original Date Offers Due: May 24, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 08, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: X1LZ - LEASE/RENTAL OF PARKING FACILITIES
  • NAICS Code:
    • 812930 - Parking Lots and Garages
  • Place of Performance:
    New York , NY 10003
    USA

Description

THIS IS A COMBINED SYNOPSIS/SOLICITATION for a commercial lease prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. 

  

Solicitation number M0023624Q1018 is issued as a request for quotation (RFQ) using the commercial procedures in accordance with FAR Part 12 and Simplified Acquisition Procedures FAR Part 13.   The solicitation document and incorporated provisions and clauses are those in effect through Federal  Acquisition Circular 2024-03 and DFARS Publication 20230427. 

The Regional Contracting Office, Marine Corps Recruit Depot-Parris Island, SC intends to solicit and award a Firm Fixed Price Contract for Rental/Lease of two (2) parking spaces to be used by Recruiting Substation (OST) Manhattan.  This is a 100% small business set-aside with the North American Industrial Classification System (NAICS) code of 812930 with a size standard of $47M. 

The base and option quantities each consists of (2) Two parking spaces for Six  (6) twelve (12) month periods.

Base Year:                                                        1 June 2024 – 31 May 2025

Option Year 1:                                                  1 June 2025 – 31 May 2026 

Option Year 2:                                                  1 June 2026 – 31 May 2027 

The parking facility must be always available and accessible:

  

365 days/year-24 hours/day 

Must be monitored by security cameras.  

Maybe indoor or outdoor but must always have adequate lighting.  

Must be within .5 miles (walking distance) or less of (OST) Manhattan  (55 5th Avenue, New York, NY 10003.

All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF 1449 M0026324Q1018 attached to this synopsis.   

Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and additional instructions, conditions, and notices to offerors provided in the attached Section L of the SF1449.  The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and its addendum provision. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The basis for award is Lowest Price Technically Acceptable (LPTA). 

The following factors shall be used to evaluate quotes:

(i)         Technical Acceptability is defined as meeting the requirements as provided in the Section C. 

(ii)        Price.

(iii)       Past Performance. The apparent successful, prospective contractor shall have satisfactory past performance.  Contractor Performance Assessment Reporting System (CPARS) may be considered as part of the past performance evaluation process and the Supplier Performance Risk System (SPRS) shall be considered as part of the past performance evaluation process.

If an offeror has no relevant past performance history, an offeror must affirmatively state that it possesses no relevant past performance history. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that not meaningful past performance rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on past performance. In these cases the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “Unknown” shall be considered “acceptable”.

Quoters shall be ranked in order of lowest price to highest price.  Two (2) or more of the lowest priced quotes will be evaluated first.  If the lowest-priced quotation is found to be technically acceptable with satisfactory past performance and determination of fair and reasonable pricing, no other quotations will be evaluated.

(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).

The closing date and time for this solicitation is May 24th at 12:00 PM Eastern Standard Time. 

Contact Information

Contracting Office Address

  • MCRD PARRIS ISLAND PO BOX 19001
  • PARRIS ISLAND , SC 29905-9001
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jun 08, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)