Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

Z -- USPS Prequalification of IQC/JOC General Construction Contractors for Western New York (Albany, Syracuse, Watertown, Buffalo, Rochester, Elmira Territories)

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Northeast Facilities Service Office, 6 Griffin Rd North, Windsor, CT, 06006-0300, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
082530-07-A-PQNY
 
Response Due
5/21/2007
 
Description
This is a notice of the U. S. Postal Service Northeast Facilities Service Office's intent to pre-qualify general contractors for Indefinite Quantity Contracts for repair and alteration projects, a.k.a. Job Order Contracts (JOC), for leased and owned postal facilities in Western New York State (Albany/Glen Falls, Syracuse/Binghamton/Utica, Watertown/Plattsburgh, Buffalo, Rochester, Elmira/Ithaca Areas). On or about May 18, 2007, pre-qualification packages will be made available at no cost. Pre-qualification statements will be evaluated by the Contracting Officer's staff. Primary factors to be considered are firm's background, indefinite quantity contract experience, financial stability, capacity to perform, timely completion history, references, previous clients, bonding capacity, and safety record. All General Contractors will be advised within sixty (60) days of receipt of their application as to their pre-qualification status. General Contractors selected as being qualified will be placed on the pre-qualification list for a five (5) year period. Upon completion of prequalification process, those qualified contractors will be given an opportunity to submit a multiplier and management plan. Existing Job Order Contractors are eligible to apply for this prequalification process. Since this is a new solicitation, all previously qualified contractors must re-submit to be considered for a new Western New York JOC. Applications received after the initial due date will be considered for the following year?s annual review. One or more contracts for each specific geographic area will be issued in two separate categories, i.e.: SMALL CONTRACTS (work orders up to $100,000) and LARGE CONTRACTS (work orders up to $500,000). See DESCRIPTION OF WORK for additional information. Contractors may pre-qualify for only ONE TYPE of contract PER TERRITORY (must specify whether they are applying for SMALL OR LARGE contracts) but MAY PRE-QUALIFY FOR ANY OR ALL TERRITORIES in Albany (Albany/Glen Falls, Syracuse/Binghamton/Utica, Watertown/Plattsburgh) and Buffalo (Buffalo, Rochester, Elmira/Ithaca Areas). A pre-qualification meeting for Albany will be held Thursday, May 31, 2007 beginning 10:00 a.m. at Marriott Courtyard Albany Thruway, 1455 Washington Avenue, Albany, NY and Friday, June 1, 2007 beginning 10:00 a.m. at U.S.P.S. Processing & Distribution Center (P&DC), Main Employee Entrance, 1200 William Street, Buffalo, New York. All visitors to the P&DC must enter through the employee entrance on the west side of the facility and check in at the guard station upon entering the facility. General parking is available adjacent to the entrance. Attendance at either meeting is not mandatory but strongly suggested. PLEASE NOTE: The Northeast FSO is pre-qualifying contractors in three phases; i.e., Phase I Southern New England (Massachusetts, Connecticut, Rhode Island) [Complete]; Phase II Northern New England (Vermont, New Hampshire, Maine) [In Process]; and Phase III Western New York (Albany, Syracuse, Watertown, Buffalo, Rochester, Elmira). This pre-qualification is Phase III Western New York. DESCRIPTION OF WORK: Work that may be involved within the scope of this JOC includes minor alterations, repairs, improvements, and maintenance in U. S. Postal Service owned and/or leased facilities. Examples of interior work: painting, installing stud/gypsum board walls, installing lockboxes, relocating HVAC ducts or electrical outlets, plaster repairs, wood refinishing, floor replacement. Examples of exterior work: asphalt/concrete paving, installing sidewalk, curbs or gutters, excavation, waterproofing, roofing, decking, exterior painting, security fencing, landscaping. Small, minority-owned, and women-owned subcontracting participation is encouraged. U. S. Postal Service subcontracting goals for this contract are minimums of: Forty (40%) percent for small businesses (less than 500 employees), ten (10%) percent for minority-owned businesses and seven (7%) percent for women-owned businesses in accordance with solicitation Section H.20. Tax Exempt Certificates will NOT be issued on work performed in leased buildings. Contractors must be licensed as required by state law. COST RANGE: These JOCs are unit price standard type arrangements for a one (1) year period with four (4) one (1) year renewal options: SMALL CONTRACTS: MINIMUM contract value is ten thousand dollars ($10,000). The initial contract value will be two hundred fifty thousand dollars ($250,000), increased by modifications in increments of two hundred fifty thousand dollars ($250,000), up to an amount not to exceed five million ($5,000,000). Accordingly, bonding will be increased in increments of two hundred fifty thousand dollars ($250,000). Performance and payment bonds will be required from the successful offeror. Bonding company statement regarding ability to acquire performance and payment bonds up to one million ($1,000,000) will be required. LARGE CONTRACTS: MINIMUM contract value is ten thousand dollars ($10,000). The initial contract value will be two hundred fifty thousand dollars ($250,000), increased by modifications in increments of two hundred fifty thousand dollars ($250,000), up to an amount not to exceed nine million five hundred thousand ($9,500,000). Accordingly, bonding will be increased in increments of two hundred fifty thousand dollars ($250,000). Performance and payment bonds will be required from the successful offeror. Bonding company statement regarding ability to acquire performance and payment bonds up to two million five hundred thousand ($2,500,000) will be required. PROPOSAL GUARANTEE BID BONDS are NOT required. PRE QUALIFICATION RECEIPT LOCATION: Northeast Facilities Service Office 6 Griffin Road North Windsor, CT 06006-0300 Interested general contractors meeting the minimum criteria stated above may obtain a Contractor Prequalification Statement by contacting, in writing, Tammy Wright at the above-stated address or at Northeast-NEFSOIQCC@usps.gov. Telephone or fax requests will NOT be honored. Contractor Prequalification Statements will not be returned. YOU ARE ENCOURAGED TO RETURN QUALIFICATION STATEMENTS USING THE U. S. POSTAL SERVICE (FIRST CLASS MAIL, PRIORITY MAIL, OR EXPRESS MAIL). This is not a request for a proposal. Points of Contact: Tammy L. Wright, 6 Griffin Road North, Windsor, CT 06006-0300, Phone (860) 285-7008 Margaret M. Zorn, Facilities Contract Specialist, Sr., 6 Griffin Road North, Windsor, CT 06006-0300, Phone (860) 285-7138
 
Place of Performance
Address: U. S. Postal Service Western New York Facilities in the Albany, Syracuse, Watertown, Buffalo, Rochester, Elmira Areas
Zip Code: 06006
Country: UNITED STATES
 
Record
SN01298545-W 20070520/070518221941 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.