Skip to main content

An official website of the United States government

You have 2 new alerts

MEPS Parking Spaces (Denver)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Aug 08, 2022 09:34 am MDT
  • Original Date Offers Due: Aug 23, 2022 06:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 07, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1LZ - LEASE/RENTAL OF PARKING FACILITIES
  • NAICS Code:
    • 812930 - Parking Lots and Garages
  • Place of Performance:
    Denver , CO
    USA

Description

MEPS Parking (Denver)

Michael Furtney

Contract Specialist

USPFO, Colorado

(720) 250-4038

michael.b.furtney.civ@army.mil

This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice.  This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2022-06.  Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text.  The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at Acquisition.GOV | www.acquisition.gov.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 

The solicitation W912LC-22-Q-0033 is issued as a request for quotation.  The Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for Parking spaces near the Denver Military Entry Processing Station.

This procurement is 100% set-aside for _ Small Business

NAICS Code 812930, $41.5M

Solicitation Closes: Tuesday, 23 Aug 2022 at 6:00am (Mountain Time Zone)

All quotes must be received electronically by email to michael.b.furtney.civ@army.mil by the closing date and time.  All questions must be emailed to the email address listed above.

Questions must be submitted no later than Thursday, 18 August 2022 at 7:00am (Mountain). 

Answers to the questions will be posted 19 August 2022.

Award Information:  All responsible quotes received by the closing date and time will be considered for award.   Responsible quotes will be formatted to match solicitation contract line-item numbers (CLINS).

To be eligible for award for this solicitation, the offeror must be registered in the System for Award Management (SAM) at (www.sam.gov) at time of contract award.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government in accordance with FAR Part 13.106-2 Evaluation of Quotes.

Responsible quotes will provide all pricing information with totals for Monthly and Annual charges for parking space rental and any other equipment and fees required to perform the requirements in the PWS.  Quotes will include totals for the base year and all 4 option years.

Award will be made based on the lowest evaluated price of quotes/offers meeting or exceeding the acceptability standards or minimum requirements (Lowest Price Technically Acceptable).

CLIN Structure (Price all cost elements using the following structure, and provide total of all cost elements)

CLIN 0001. Parking Services Base, 12, UoM=MO, Unit Price, Total price

CLIN 0002. Parking Services Option Year 1, 12, UoM=MO, Unit Price, Total price

CLIN 0003. Parking Services Option Year 2, 12, UoM=MO, Unit Price, Total price

CLIN 0004. Parking Services Option Year 3, 12, UoM=MO, Unit Price, Total price

CLIN 0005. Parking Services Option Year 4, 12, UoM=MO, Unit Price, Total price

Total Price of all CLINS $(Enter total quote amount)

Statement of Work

MEPS Parking

1. Purpose

Rent/lease four secure parking spaces in support of MEPS recruiting and retention personnel.

2. Scope of Work

Services to be provided shall include: 4 parking spots near the Military Entry Processing Station (MEPS) located at 721 19th St, Denver Colorado 80293.

3. Background and Objective

The Federal Building where the Denver MEPS is located does not offer parking to the Colorado Army National Guard recruiting personnel, employees, or applicants. In many cases if a parking space can be

found it isn’t within a reasonable walking distance and vehicles have to be left in areas that are prone to

vandalism and possibly theft.

4. Specifications:

  1. Parking is required to be close to MEPS to provide minimum amount of travel distance needed between parking location and MEPS. MEPS location is 721 19TH St Denver, CO 80293.
    1. The location must fall within the street name perimeter of (NE) 22nd Street, (SW) 17th Street, (NW) Curtis Street, (SE) Glenarm Place.
  2. Covered parking is not required
  3. 24/7 staffed video monitoring due to the additional security requirements. Parking facility staff must be able to physically respond to the location within 30 minutes between the business hours of Monday through Friday 6:00am-6:00pm (Mountain).
  4. Parking must be available Monday through Friday 6:00am-6:00pm (Mountain)
  5. Facility must only be allowed access proxy badge, access code, or staffed gate.
  6. 4 daily (weekday) parking spaces required for 12-month period of performance beginning within 5 business days (excluding federal holidays) after contract award, or as agreed to by the contracting officer
  7. Renewable with available option years. One base year plus four option years (12-month period of performance each)

5. Payment–Payment terms and schedule etc. 

  1. Vendor/Contractor must Invoice through Wide Area Workflow (WAWF)
  2. Vendor must be registered in WAWF in order to submit an invoice
    1. https://piee.eb.mil/

Provisions and Clauses applicable to this Solicitation/Request for Quote

The following FAR Provisions and Clauses are applicable to this acquisition:

52.203-19                             Prohibition on Contracting with Entities that Require Certain Internal Confidentiality agreements or Statements

52.204-7                               Central Contractor Registration

52.204-10                             Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13                             System for Award Management Maintenance

52.204-16                             Commercial and Government Entity Code Reporting

52.204-18                             Commercial and Government Entity Code Maintenance

52.204-19                             Incorporation by Reference of Representations and Certifications

52.204-23                             Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-24                             Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-25                            Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26                             Covered Telecommunications Equipment or Services-Representations

52.209-6                               Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10                             Prohibition on Contracting with Inverted Domestic Corporations

52.209-11                             Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-1                               Instructions to Offerors-Commercial Products and Commercial Services

52.212-3 ALT 1                   Offeror Representation & Certifications- Commercial Products and Commercial Services

52.212-4                               Contract Terms & Conditions-Commercial Products and Commercial Services      

52.212-5                              Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services

52.217-4                               Evaluation of Options Exercised at Time of Contract Award (Only if exercised with base KT)

52.217-5                               Evaluation of Options (All Option contracts)

52.217-8                               Option to Extend Services (All Option contracts/NTE 6 months)

52.217-9                               Option to Extend the Term of the Contract (All Option contracts)

52.219-6                               Notice of Small Business Set-Aside

52.219-14                             Limitations on Subcontracting

52.219-28                             Post-Award Small Business Program Re-representation

52.222-3                              Convict Labor

52.222-17                             Non-displacement of Qualified Workers

52.222-19                             Child labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)

52.222-21                            Prohibition of Segregated Facilities

52.222-26                             Equal Opportunity

52.222-36                            Affirmative Action for Workers with Disabilities

52.222-41                             Service Contract Act of 1965

52.222-42                             Statement of Equivalent Rates for Federal Hires

52.222-43                             Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)

52.222-50                            Combating Trafficking in Persons

52.222-55                             Minimum Wages Under Executive Order 14026

52.222-62                             Paid Sick Leave Under Executive Order 13706

52.223-5                               Pollution Prevention and Right-to-Know Information

52.223-18                             Contractor Policy to Ban Text Messaging While Driving

52.225-13                             Restrictions on Certain Foreign Purchases

52.232-33                             Payment by Electronic Funds Transfer-System of Award Management

52.232-39                             Unenforceability of Unauthorized Obligations

52.232-40                             Providing Accelerated Payments to Small Business Subcontractors

52.233-3                               Protest After Award

52.233-4                               Applicable Law for Breach of Contract Claim

52.237-2                              Protection of Government Buildings, Equipment, and Vegetation

52.246-4                               Inspection of Services-Fixed Price (Over SAT)

52.252-2                               Clauses incorporated by reference

52.252-6                               Authorized Deviations in Clauses 

The following DFAR Provision and Clauses are applicable to this acquisition:

252.201-7000                      Contracting Officer’s Representative (If COR is required)

252.203-7000                      Requirements Relating to Compensation of Former DoD Officials

252.203-7002                      Requirement to Inform Employees of Whistleblower Rights.

252.203-7005                      Representation Relating to Compensation of Former DOD Officials

252.204-7012                      Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015                      Notice of Authorized Disclosure of Information for Litigation Support

252.204-7016                      Covered Defense Telecommunications Equipment or Services-Representation    

252.204-7017                      Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018                      Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.211-7003                      Item Unique identification Valuation

252.213-7000                      Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

252.225-7000                      Buy American-Balance of Payments Program Certificate

252.225-7001                      Buy American and Balance of Payments Program

252.225-7048                      Export-Controlled Items

252.232-7003                      Electronic Submission of Payments and Receiving Reports.

252.232-7006                      Wide Area Workflow Payment Instructions

252.232-7010                      Levies on Contract Payments

252.232-7017                      Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Considerations

252.237-7010                      Prohibition on Interrogation of Detainees by Contractor Personnel

252-244-7000                     Subcontracts for Commercial Items

Contact Information

Contracting Office Address

  • KO FOR COARNG DO NOT DELETE 660 S ASPEN STREET BLDG 1005 MS 66
  • AURORA , CO 80011-9551
  • USA

Primary Point of Contact

Secondary Point of Contact

History