AMENDMENT 0001 ADDED 9/10: Vendor Q & A. There are no changes to quote due dates.
This is a combined synopsis/solicitation for the rental of five (5) parking spaces 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; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
This solicitation is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) FAC 2025-05, effective 8/7/2025 and the Homeland Security Acquisition Regulation (HSAR), current as of 12/26/2024.
The small business size standard for the set-aside is $47.0 million.
SCHEDULE OF SERVICES:
Price Quotes shall be submitted using the attached Excel Spreadsheet (Attachment 3.4)
CLIN 0001 – Lease of five (5) secure parking spaces for government vehicles in New York City.
Note: Work shall be done in accordance with the Statement of Work (SOW).
Base POP: 09/30/2025 – 09/29/2026 FFP
CLIN 1001 – Lease of five (5) secure parking spaces for government vehicles in New York City.
Note: Work shall be done in accordance with the Statement of Work (SOW).
Option I POP: 09/30/2026 – 09/29/2027 FFP
1) Action Code – N/A
2) Date - The period of performance will be 09/30/2025 – 09/29/2027
3) Year – This is a requirement for FY25
4) Contracting Office Zip Code – 05495
5) Product Service Code – X1LZ – Lease/Rental of Parking Facilities
6) Contracting Office Address – 124 Leroy Road, Williston, VT 05495
7) Subject – Lease of five (5) parking spaces for the New York City District Office (NYC).
8) Proposed Solicitation Number – 70SBUR25Q00000218
9) Closing Response Date- Solicitation will close on Friday, September 12, 2025 at 1 PM ET.
10) Contact Point or Contracting Officer – See (xvi) below
11) Contract Award and Solicitation Number – Award Number: N/A;
Solicitation Number: 70SBUR25Q00000218
12) Contract Award Dollar Amount – N/A
13) Line Item Number – See (v) below
14) Contract Award Date – N/A
15) Contractor – N/A
16) Description – Per FAR 12.603(2)(i)-(xvi)
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation number 70SBUR25Q00000218 is being issued as a request for quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05.
(iv) This requirement is set aside for Small Business. The associated NAICS code is 812930 – Lease/Rental of Parking Facilities.
(v) This requirement is for the lease of five (5) parking spaces on behalf of the New York District Office (NYC) with the criteria outlined in Statement of Work.
(vi) Period of performance for the base period is 09/30/2025 – 09/29/2027 for a maximum of 24 months. Services shall be provided in accordance with the Statement of Work.
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition as does the addendum (Page 19 of RFQ 70SBUR25Q00000218).
(ix) The provision at 52.212-2, Instructions to Offerors-Commercial, applies to this acquisition. The specific evaluation criteria outlined in paragraph (a) of 52.212-2 are: Price and Technical Acceptability.
(x) A complete copy of the provision 52.212-3, Offeror Reps and Certifications-Commercial Items shall be included with the quote.
(xi) The clause 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition as does the addendum regarding Invoicing Instructions (Page 10-11 of RFQ 70SBUR25Q00000218).
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition as well as the additional FAR clauses cited in FAR 52.212-5: (See Pages 2-10 of RFQ 70SBUR25Q00000218).
(xiii) RFQ 70SBUR25Q00000218 is being issued with the intent to make one (1) award. The government intends to evaluate quotes using a comparative analysis of price and non-priced factors in accordance with FAR 13.106-2(b)(3). The governernment will compare quotes to one another considering the strengths, weaknesses, and risks associtate with each in relation to the evaluation criteria to determine which quote provides the best value to the government, factors that may be considered but not limited to are: distance to USCIS facility, security, and accessibility, garage condition, or amenities. The government reserves the right to award a contract whose quote is determined to provide the best overall value, even if that quote is not lowest priced. Submission of a complete quote constitutes affirmation of your ability to provide secure parking spaces in accordance with the criteria outlined in the attached solicitation documents. Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. The Government is requesting maximum additional discounts beyond standard commercial pricing for this the requirement. The quote shall display any discount provided by the contractor and should represent the best possible price that the contractor can provide.
In accordance with FAR 22.1009-4(a): (1) The place of performance is the vendor’s facility in downtown New York City, NY.
Questions will be submitted to the Contract Specialist at: Marianne.Green@uscis.dhs.gov no later than
1 PM ET, Tuesday, September 9, 2025 to be considered. No telephonic questions will be answered.
(xiv) No Defense Priorities and Allocations System rating will be assigned to this solicitation or resulting contract.
(xv) To be considered for award, please provide a complete quote on Attachment 3.3 – Pricing Spreadsheet provided as part of your submission by email to Marianne Green, Marianne.Green@uscis.dhs.gov, no later than 1 PM ET, Friday, September 12, 2025. Quotes received after September 12, 2025 at 1 PM ET may or may not be considered at the discretion of the Contracting Officer. All emails shall adhere to size limitations of the USCIS firewall which is 10MB per email.
(xvi) For information regarding the solicitation, the Contract Specialist – Marianne Green can be reached Marianne.Green@uscis.dhs.gov and the Contracting Officer – Eric Bishop can be reached at Eric.M.Bishop@uscis.dhs.gov Please refer to section xiii for information regarding questions.
17) The place of performance is the vendor’s facility in New York, NY.
ATTACHMENTS:
Attachment 3_1 – Terms and Conditions, 21 pages
Attachment 3_2 – Statement of Work, 2 pages
Attachment 3_3 – Price Schedule Spreadsheet, 1 page