Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
MODIFICATION

C -- Indefinite Quantity Contract for AE Environmental Services for the USPS New York Facilities Service Office Areas of Responsbility

Notice Date
12/3/2007
 
Notice Type
Modification
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, New York Facilities Service Office, 2 Hudson Place - 5th Floor, Hoboken, NJ, 07030-5502, UNITED STATES
 
ZIP Code
07030-5502
 
Solicitation Number
332495-08-A-0014
 
Response Due
1/17/2008
 
Archive Date
2/1/2008
 
Point of Contact
Hope Fellows, Acting Facilities Contract Technician, Phone 201-217-2212, Fax 201) 217--1109, - Lori Savage, Facilities Contract Specialist, Phone (201) 714-5444, Fax (201) 217-1109
 
E-Mail Address
HFELLOWS@usps.gov, lori.savage@usps.gov
 
Description
The US Postal Service is seeking services for the performance of environmental services for investigative surveys and reports; develop construction cost estimates, perform design services, and observation and support services for the NEW YORK METRO AREA which encompasses the following geographic area: Northern and Central New Jersey (Counties of Bergen, Union, Sussex, Passaic, Essex, Hudson, Warren, Morris, Middlesex, Monmouth, Ocean, Burlington, Somerset, Hunterdon and Mercer); New York City and surrounding counties (boroughs of Manhattan, Queens, Bronx, Brooklyn; Staten Island); Long Island (Counties of Nassau and Suffolk); and Westchester (Counties of Westchester, Rockland, Orange, Dutchess, Green, Sullivan, Ulster, Putnam, and parts of Delaware, Albany and Columbia). The subject area also includes the islands of Puerto Rico and the Virgin Islands. The contract will be subject to negotiation of individual work orders. In each instance total fees for services will not exceed $250,000 for each task. The yearly maximum shall not exceed the total contract maximum. The contract will be for two years with three one-year renewal options, which can bring the duration of the contract to five years. The amount of work for the duration of the contract (5 years) shall not exceed $5,000,000. There is no guaranteed minimum. Contracts may be awarded for one state, multiple states, or all the aforementioned states. The USPS reserves the right to select more than one firm. Firms, which possess the qualifications to perform the services described, are invited to submit a completed Standard form 330 Architect-Engineer Qualifications no later than: Thursday, January 17, 2008, 3:00 pm Eastern Standard Time to : Hope Fellows, Secretary, A/E Evaluation Board New York Facilities Service Office 2 Hudson Place, 5th floor Hoboken, NJ 07030-5502. Selection criteria will be conducted with combined use of Standard Form 330, Architect-Engineer Qualifications, Part I: Qualifications for a specific contract and Part II: General qualifications of a firm or a specific branch office of a firm. A separate Part II for each branch office that has a key role on the team, and separate Part II for each consultant must be provided. Contrary to the general instructions, this office does not maintain a file of Part II due to space limitations. In Part I, you must limit the number of projects listed to ten (10) projects only. Only one copy of your qualifications is necessary, which should be bound via GBC, spiral or stapled. Please do not submit in hard cover notebooks. STANDARD FORM 330 REPLACED SF254 & SF255. (www.gsa.gov and search: SF330). Following an initial evaluation of submitted documents, several firms in the geographic area will be selected for interviews. Firms must have a minimum of three (3) years experience in the field of environmental consulting and must possess the capability of working at least three to four jobs at the same time. All offerors must have a sufficiently staffed office within the above-specified area. Any offeror outside of the specified area(s) will be disqualified from further consideration. Contractors must possess all proper certifications as required by federal, state and local laws. In addition to these main requirements, consideration will be given to firms responding to this advertisement in accordance with instructions in the following order of preference (with 1 being the most important): 1) Plan preparation in compliance with various federal and state requirements including but not limited to: Storm Water Pollution Prevention Plans, Spill Prevention Control and Countermeasures Plans, Tank Management Plans and Asbestos and Lead Operations and Management Plans; 2) Underground and Aboveground Storage Tank services including but not limited to: closure plans, design packages, tightness testing, cathodic protection, stage II vapor recovery and monitoring system checks; 3) Surveys, monitoring, mitigation plans and remediation oversight for materials including asbestos-containing materials, lead-based paint (with XRF capability), radon, mold, lead in drinking water and indoor air quality reporting; 4) Site evaluations for property transactions including Phase I Environmental Site Assessments, Phase II Site Investigations, Environmental Assessments and Programmatic Environmental Assessments as per NEPA; 5) Site remediation services (provided by state-certified staff where applicable); 6) Health and safety matters including: OSHA compliance as it relates to environmental issues, specifically human health protection and communication regarding asbestos-containing materials, lead-based paint and underground storage tank projects; preparation of Health and Safety Plans; health and safety-related training; and risk assessment and communication; 7) Permitting matters as required by various regulatory programs including but not limited to air quality (stationary and mobile source), water quality, stormwater management and wetlands; and 8) Emergency response actions and remedial services and hazardous materials management. The contract will contain a requirement for firms to provide evidence of current insurance. MBE/WBE participation is encouraged. Submissions will not be returned or retained. Consideration will be given to interested firms who respond to this advertisement in accordance with the foregoing instructions in the following order of preference: 1) Local, residing in the aforementioned states; 2) All others. Firms will be considered as local only if their office is in the area listed previously, or they have a local independently operated branch office, and all of the design, coordination, and management of the project will be accomplished in that office. It is prohibited to pay any fee, commission, percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract. Interested parties are encouraged to submit their packages by one of the methods offered by the U.S. Postal Service. (FIRST CLASS MAIL / PRIORITY MAIL / EXPRESS MAIL) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USPS/FP/NYFSO/332495-08-A-0014/listing.html)
 
Place of Performance
Address: Northern and Central New Jersey; New York City and surrounding counties; Long Island; and Westchester Area; Puerto Rico and the Virgin Islands.
Zip Code: 07030-5502
Country: UNITED STATES
 
Record
SN01462543-F 20071205/071203231103 (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  © 1994-2020, Loren Data Corp.