Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2025 SAM #8580
SPECIAL NOTICE

X -- Intent to Sole Source Life Safety Group, LLC

Notice Date
5/22/2025 9:51:59 AM
 
Notice Type
Special Notice
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
ARC DIV PROC SVCS - HUD OIG PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
SS-HUDOIG-25-056
 
Response Due
5/29/2025 7:00:00 AM
 
Archive Date
06/13/2025
 
Point of Contact
Katie McCarthy, Jason Schofield
 
E-Mail Address
katie.mccarthy@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(katie.mccarthy@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Description
INTENT TO SOLE SOURCE Life Safety Group, LLC � Six (6) Official Parking Spaces SS-HUDOIG-25-056 The Bureau of the Fiscal Service (Fiscal Service), on behalf of the Department of Housing and Urban Development � Office of the Inspector General (HUD-OIG), intends to contract with Life Safety Group, LLC, 12512 Knightsbridge CT, Rockville, MD 20850-3731, on a sole source basis. HUD-OIG has a need to lease six (6) parking spaces on a monthly basis for Government Owned Vehicles (GOVs) within a one (1) block radius of the Jacob K. Javits Federal Building, located at 26 Federal Plaza, New York, NY 10278-0068. Life Safety Group�s parking garage is located in Foley Square, across the street from the Federal Plaza, specifically at 101 Worth St., New York, NY 10013-4006. HUD-OIG requires a parking facility that offers 24/7 access. This is essential in supporting mission-critical personnel, such as law enforcement officers (LEOs) who require around-the-clock availability. The facility must allow self-parking, include a fully operational elevator, be well lit, and provide daily monitoring (by person and/or cameras). The parking facilities proximity is important, as LEOs need to securely transport sensitive materials and weapons with limited public exposure. Life Safety Group, LLC is the only vendor that meets all of the needs and requirements specified by HUD-OIG. The Period of Performance (POP) is from August 1, 2025, through July 31, 2030. This includes one (1) 12-month base period and four (4) 12-month option periods. NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Fiscal Service will consider responses received no later than Thursday, May 29, 2025, at 10:00 a.m. EST. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-HUDOIG-25-056 / Attn: KJM/JMS HUD-OIG Parking Spaces. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to Life Safety Group, LLC. Qualified Contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (Small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business etc.). Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses. 2. UEI Number. 3. Specific details of the product(s) that your company offers regarding this notice. 4. Whether your content is available through a Government contract vehicle or Open Market. 5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .b64, .bat, .bhx .cab, .chm, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, Media, .mhtml, mht,.mim, .mp3, .mp4, .one, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files Microsoft Office non-macro enabled compatible documents and .PDF documents are acceptable. No other information regarding this Special Notice will be provided at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f7aedb1061844968dbe9962373df1a8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07452449-F 20250524/250522230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.