Maryland Bids > Bid Detail

Parking Services for NIDA IRP

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159837027894659
Posted Date: Aug 25, 2023
Due Date: Sep 5, 2023
Solicitation No: 75N95023Q00661NOI
Source: https://sam.gov/opp/3e24fd286a...
Follow
Parking Services for NIDA IRP
Active
Contract Opportunity
Notice ID
75N95023Q00661NOI
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 25, 2023 04:28 pm EDT
  • Original Response Date: Sep 05, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: M1LZ - OPERATION OF PARKING FACILITIES
  • NAICS Code:
    • 812930 - Parking Lots and Garages
  • Place of Performance:
    Baltimore , MD 21224
    USA
Description

INTRODUCTION



PURSUANT TO FAR Subpart 5.2—Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION.



THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).



The National Institute on Drug Abuse (NIDA), on behalf of the NIDA, Intramural Research Program (NIDA-IRP) intends to negotiate and award a contract for a sole source parking space rental services for the NIDA-IRP ‘s Biomedical Research Center (BRC) without providing for full or open competition.



NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE



The intended procurement is classified under NAICS code 812930 with a Size Standard of $47 million.



REGULATORY AUTHORITY



The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2023-05.



STATUTORY AUTHORITY



This acquisition is conducted as non-competitive under the authority of 41 U.S.C.3304(a)(1) and 10 U.S.C. 2304(c)(1) under provisions of the statutory authority of FAR Subpart 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.



DESCRIPTION OF REQUIREMENT



Project Description



The purpose of this acquisition is to obtain parking space rental services on the Johns Hopkins Bayview Medical Center Campus (JHBMC) for use by National Institutes on Drug Abuse Intramural Program (NIDA-IRP) employees. Parking spaces must all be within one tenth of a mile of the NIH Biomedical Research Center (BRC). This JHBMC is situated on 100 dedicated acres in East Baltimore owned by the Johns Hopkins Medical Institute (JHMI).



Purpose and Objectives



NIDA-IRP procures leased research and administrative space in two buildings located on Johns Hopkins Bayview Medical Center Campus (JHBMC). This medical campus is situated on 100 dedicated acres in East Baltimore owned by the JHMI. The Government currently has a 40-year lease for the BRC on the grounds of JHBMC. The purpose of this acquisition is to obtain parking space rental services on JHBMC for use by NIDA-IRP employees and interns. Parking spaces must all be within one tenth of a mile of the BRC campus to ensure efficient access for the government employees. JHMI currently has an exclusive contract with a vendor to manage and maintain the parking areas located on the JHBMC, as a result, there is only one capable vendor available to service the BRC with on-site parking to ensure efficient access for the government employees.



Period of Performance



The estimated period of performance shall be 09/25/2023 through 09/24/2024 and shall include both the regular and part-time parking requirements detailed in the Statement of Work. Additionally, two (2) 12-month option period shall also be quoted by the contractor. The option period shall be 09/25/2024 through 09/24/2025 and 09/25/2025 through 09/24/2026 and shall include both the regular and part-time parking requirements located within one tenth of a mile of the BRC campus.



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.



An interested Offeror must be able to demonstrate its capabability to independently, and not as an agent of the Government, furnish the approximately 272 full time parking space and 30 part time parking spaces annually, as well as an additional 45 parking spots for seasonal summer interns, services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government. Parking spaces must all be within one tenth of a mile of the BRC campus.



Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.



In addition the Unique Entity Identifier (UEI) the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in http://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 must be received by September 5, 2023 1:00 p.m. Eastern Time.



Responses must be submitted electronically to Joshua Lazarus at Josh.Lazarus@nih.gov.



“All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.”


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 25, 2023 04:28 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >