This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number is 75N95025Q00268 and the solicitation is issued as a request for quote (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5— Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.
The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2025-05, dated August 7, 2025.
The associated NAICS code is 812930 – Parking Lots and Garages with a Small Business Size Standard of $41.5 million. This requirement has no set-aside restrictions.
DESCRIPTION OF REQUIREMENT:
General Requirements:
The National Institute on Aging (NIA) and National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) requires availability of parking of up to 711 total parking spaces including options for increased quantity. The sum of 711 spaces includes 391 spaces for the NIA IRP workforce and 320 spaces for the NIDA IRP workforce consisting of federal employees, trainees, guest scientists, and contract employees working at the NIH Biomedical Research Center (BRC) and TRIAD buildings located at the at 251 Bayview Blvd, Baltimore, MD 21224 and TRIAD building located at 333 Cassell Drive, Baltimore, MD 21224.
Please refer to Attachment 1 – Statement of Work for details and additional information regarding this requirement and the number of spaces required during each period of performance.
Period of Performance:
The period of performance will be for a twelve (12) month base period from September 28, 2025 through September 27, 2026 plus two (2) 12-month option years. This requirement includes Options to extend the period of performance and options for increased quantity. Please refer to Attachment 1 - Statement of Work for additional details.
Government Responsibilities:
The NIDA and NIA IRP POC will work in conjunction with the JHBMC Parking Office to verify each month’s parking charges, per parking lot, prior to the submission of a monthly invoice. This will be accomplished by means of an agreed-upon spreadsheet that the two entities will utilize. The title of the spreadsheet will be “Verification Master Sheet”. Monthly cost shall be verified by the NIA IRP POC prior to submission and payment of invoice. The Government responsibilities include:
- Parking applications shall be scanned to the Contractor for new parking activation within 24 hours.
- A monthly audit will be completed by to determine invoice amount.
- The results of the audit shall determine total cost of active full time and part time parkers.
- All invoices shall be processed on a monthly basis
- NIH shall complete audit and return to the Contractor by the 5th of the month (Note: If the 1st or the 5th happen to fall on a weekend or holiday, the next business day will be the deadline).
- NIH will notify Contractor within a 24-hour period of new and terminated parkers.
- NIDA will notify Contractor immediately regarding access (ie. card reader malfunctioning, access issues).
The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Oct 2018)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
- FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2020)
- FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020)
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability, proximity to JHBMC, and price. Technical capability and proximity to JHBMC are significantly more important than price.
- 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).
Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, unless they have electronically completed their annual representations and certifications in the System for Award Management (SAM) and there are no changes to their SAM registration. If an offeror has a current and complete SAM registration, they affirm that it is accurate and current by not returning the provision.
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
- FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Oct 2018)
The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2020), applies to this acquisition.
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
The following clauses from FAR clause 52.212-5 apply to this acquisition and are incorporated by reference:
- 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995)
- 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
- 52.204-14 - Service Contract Reporting Requirements (Oct 2016)
- 52.209-6 - Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
- 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)
- 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)
- 52.219-8 - Utilization of Small Business Concerns (Oct 2018)
- 52.219-28 - Post Award Small Business Program Representation (Mar 2020)
- 52.222-3 - Convict Labor (June 2003)
- 52.222-19 - Child Labor—Cooperation with Authorities and Remedies (Jan 2020)
- 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
- 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999)
- 52.222-26 - Equal Opportunity (E.O. 11246)
- 52.222-35 - Equal Opportunity for Veterans (Oct 2015)
- 52.222-36 - Equal Opportunity for Workers with Disabilities (July 2014)
- 52.222-37 - Employment Reports on Veterans (Feb 2016)
- 52.222-50 - Combating Trafficking in Persons (Mar 2015)
- 52.222-54 - Employment Eligibility Verification (Oct 2015)
- 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
- 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008)
- 52.232-33 - Payment by Electronic Funds Transfer—System for Award Management (Oct 2018)
- 52.222-41 - Service Contract Labor Standards (Aug 2018)
- 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 2014)
- 52.222-43 - Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Confidentiality of Information:
The Government will provide the contractor with information pertaining to the employees utilizing the parking lots including names, vehicle make/model/ and license tags. The data supplied is strictly for the use of granting NIA IRP staff access to the parking lots and to produce the monthly invoice.
Closing Statement:
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The quote must include the number of available parking spaces and the proximity to JHBMC, and the monthly unit price per parking space.
The Unique Entity ID from SAM.gov, 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 the System for Award Management (SAM) www.sam.gov.
All responses must be received by Wednesday, September 10, 2025 at 1:00 PM EST Eastern Time and must reference solicitation number 75N95025Q00268.
Responses must be submitted electronically to Joshua Lazarus at josh.lazarus@nih.gov must reference the solicitation number 75N95025Q00268, on your electronic request. FAX requests are not accepted.
All questions must be received by Monday, September 8, 2025 at 1:00 PM EST Eastern Time and must reference solicitation number 75N95025Q00268.