The Department of the Interior seeks to procure parking spaces for the U.S. Office of Special Counsel through Request for Quotation # 140D0425Q0309. The agency requests eighteen parking spots for senior staff within a 3/8-mile radius of their office in Washington, DC, emphasizing secure access and safety. The contract will be a firm-fixed price purchase order, divided into a base period from July 1, 2025, to June 30, 2026, with up to four optional extension periods.
The solicitation is designed specifically for small businesses and adheres to Federal Acquisition Regulations, requiring quotations to meet various administrative and technical criteria. Invoices must be submitted electronically, detailing contractor information, billing periods, and service descriptions. Technical acceptability and pricing will be evaluated under a Lowest Price Technically Acceptable basis, with potential site walkthroughs to confirm compliance with safety and security requirements.
Key provisions also include the necessity for contractors to share performance data and to follow detailed reporting and compliance guidelines concerning labor and safety standards. This procurement underscores the federal government's commitment to securing appropriate services while fostering fair competition among small businesses.
The United States Department of the Interior is soliciting quotations through Purchase Order Solicitation #140D0425Q0309 for parking procurement services on behalf of the U.S. Office of Special Counsel (OSC). The goal is to secure fourteen employee parking spaces near 1730 M. Street NW, Washington, DC, for OSC senior staff, requiring 24/7 access with enhanced security features. The solicitation is set aside for small businesses under NAICS Code 812930, with a firm-fixed price purchase order structure. The contract period spans from July 1, 2025, to June 30, 2030, including multiple option years. Notably, payment processing will utilize the Invoice Processing Platform (IPP), and vendors must comply with various Federal Acquisition Regulation (FAR) requirements. Quotes will be evaluated based on technical acceptability and price, with a focus on the lowest price technically acceptable (LPTA) criteria. The government may conduct site walkthroughs to validate that parking facilities meet security and safety needs, highlighting compliance with acquisition regulations and an emphasis on timely and accurate submissions.
The document is an amendment to solicitation 140D0425Q0309 concerning parking services for the Office of Special Counsel. It outlines the requirements for contractors to acknowledge receipt of the amendment and provides clarification in response to contractor inquiries without altering the original specifications, RFQ, or closing date. Key details include the period of performance, which spans from July 1, 2025, to June 30, 2030, and that the parking services will require 24-hour access throughout the week. Responses to contractor questions indicate there is no incumbent contractor and specify that the average size of vehicles includes sedans and minivans. Additionally, it notes that while vehicles will not be parked overnight, access must be available at all times. This amendment serves primarily to address contractor questions and ensure all parties are informed of expectations without changing any terms of the solicitation, adhering to procedural guidelines for government contracts.
The document is an amendment (0002) to a solicitation for a Request for Quotation (RFQ) that modifies contract terms related to OSC’s requirements and updates a specific FAR clause (52.212-5). It includes procedures for acknowledging receipt of this amendment, stipulating that failure to do so prior to the specified deadline could result in rejection of the offer. The closing date for the RFQ has been extended to May 16, 2025, at 5 PM ET. The period of performance for the contract runs from July 1, 2025, to June 30, 2030. The amendment also clarifies that all other terms and conditions of the original solicitation remain in effect. This document demonstrates the procedural rigor applicable in federal contracting and the importance of timely communication in the procurement process. It conveys essential information about contract modifications, ensuring compliance and transparency in federal government operations.
This document is a Request for Quotation (RFQ) issued by the Interior Business Center, specifically for commercial products or services, adhering to the Federal Acquisition Regulations (FAR). The RFQ details a procurement process, including important deadlines for questions and submission of offers due by May 2, 2025, at 3:00 PM ET, with a specified period of performance from July 1, 2025, to June 30, 2030.
The solicitation encourages participation from various business categories, such as service-disabled veteran-owned small businesses and economically disadvantaged women-owned small businesses. It requires interested offerors to submit their questions by April 24, 2025, via designated email addresses. The document emphasizes that the offerors must complete specified fields and adhere to regulatory guidelines throughout the bidding process.
The total anticipated award amount is $47, and deliveries are to be made free on board at the designated destination in Herndon, VA. Overall, this RFQ outlines formal requirements and instructions essential for potential contractors interested in providing services or products to the federal government.