August 5, 2025
Region 2 Questions and answers amendment 0001 attachment posted.
Combined Synopsis/Solicitation
The Department of Homeland Security (DHS), Chief of the Contracting Office (COCO), Cybersecurity and Infrastructure Security Agency (CISA), Integrated Operations Division (IOD) has a requirement to reserve three (3) parking spaces to support the CISA Regional Office (Region 2), located at 201 Varick Street, NY, NY, 10014.
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued.
(ii) The solicitation number for this requirement is 70RCSJ25Q00000173 and is being issued as a Request for Quotation (RFQ).
(iii) This combined synopsis/solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2025-03 January 17, 2025.
(iv) This procurement is full and open. The North American Industry Classification System (NAICS) code is 812930 for Parking Lots and Garages, Product Service Code (PSC) is X1LZ.
(v) The Department of Homeland Security, Chief of Contracting Office (COCO) intends to award a Firm Fixed Price purchase order. The contract line-item numbers (CLINs) for this requirement are as follows:
CLIN Description Date
0001 Parking Spaces (Three Spaces) (September 19, 2025-September 18, 2026)
1001 Parking Spaces (Three Spaces) (September 19, 2026-September 18, 2027)
2001 Parking Spaces (Three Spaces) (September 19, 2027-September 18, 2028)
3001 Parking Spaces (Three Spaces) (September 19, 2028-September 18, 2029)
4001 Parking Spaces (Three Spaces) (September 19, 2029-September 18, 2030)
(vi) See Attachment 1 Statement of Requirements (SOR) and Attachment 2 Terms and Conditions for the description of requirements. Both attachments will be incorporated into the awarded purchase order.
(vii)The period of performance for this purchase order is for a 12-month base and four (4) 12-month option periods.
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Products and Commercial Services (SEP 2023) is incorporated into this solicitation. Quoters may obtain the full text version of this provision electronically at www.acquisition.gov/far/
Quoters shall submit the following information as part of their quote:
- Total Firm-Fixed-Price quote for CLINs 0001 through CLIN 4001 in Attachment 3 Pricing of this solicitation. The fixed rate shall be inclusive of all services described in the Statement of Requirements.
- Confirmation that the Offeror can meet the parking structure, schedule, availability, and location requirements as stated in Attachment 1 - Statement of Requirements (SOR).
Quotes must be submitted by the Garage/Parking Vendor. Quotes submitted by third parties will not be accepted.
(ix) FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (NOV 2021) is incorporated into this solicitation.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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:
- Factor 1: Parking Access (24/7)
- Factor 2: Facility Location (as required in SOR)
- Factor 3: Overall Quantity and Facility Requirements (as required in SOR)
The best value determination will be made using the tradeoff process, where non-price factors, when combined are significantly more important than price.
For Factor 1: Parking Access, Factor 2: Facility Location, and Factor 3: Overall Quantity and Facility Requirements, the Government will evaluate the extent to which the offeror is able to meet, at minimum, all the requirements outlined in Section 2.0 the Statement of Requirement (Attachment 1).
(b) 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).
(c) 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.
(End of Provision)
(x) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025) is to be submitted with your quote by ensuring the venue’s System for Award Management (SAM) record is active. See Attachment 2- Terms and Conditions.
(xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. See Attachment 2- Terms and Conditions.
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial services (JAN 2025) applies to this acquisition. See Attachment 2- Terms and Conditions.
(xiii) There are no additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation.
(xv) Quotations are due no later than Monday, August 11 at 3:00 PM Eastern Standard Time. Quotes shall be e-mailed to Contract Specialist, Tammy Shumate @ Tammy.shumate@mail.cisa.dhs.gov and Contracting Officer Alicia Codrington @ alicia.codrington@mail.cisa.dhs.gov
(xvi) Any questions regarding this solicitation should be submitted no later than Friday, August 1 at 3:00 PM Eastern Standard Time. Questions shall be e-mailed to Contract Specialist, Tammy.shumate@mail.cisa.dhs.gov and Contracting Officer alicia.codrington@mail.cisa.dhs.gov
For information regarding the solicitation, please contact Tammy.shumate@mail.cisa.dhs.gov.