Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOLICITATION NOTICE

Z -- Job Order Contract for Environmental Construction Contractor - Qualification Statement

Notice Date
5/11/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
6 Griffin Rd North Windsor CT 06006-0300
 
ZIP Code
06006-0300
 
Solicitation Number
082530-08-A-0008
 
Response Due
6/12/2009
 
Point of Contact
Margaret M Zorn, Facilities Contract Specialist, Sr., Phone (860) 285-7138, Fax 860) 285-1287
 
E-Mail Address
margaret.m.zorn@usps.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR A PROPROSAL. The U. S. Postal Service Northeast Facilities Service Office is seeking Qualification Statements from environmental construction contractors wishing to be pre-qualified for an Indefinite Quantity Job Order Contract (IQ JOC) for asbestos, lead-based paint, and mold abatement at postal facilities within the Northeast Facilities Service Office territory. Contractors may select one or more geographic areas for pre-qualification. The geographic areas are listed at the end of this advertisement. PRE-QUALIFICATION: The pre-qualification package will be made available at no cost. The pre-qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contracted professionals. Primary factors to be considered are company background, state licensing, indefinite quantity contract experience, financial stability, capacity to perform, timely completion history, references, bonding capacity, and safety. All contractors will be advised of their pre-qualification status within 60 days after the solicitation closes. Contractors selected as being qualified will be placed on the IQ JOC Asbestos, Lead-Based Paint, and Mold Abatement Prequalification List for a period of five years, in the geographic area(s) covered under this solicitation only. Upon completion of the pre-qualification process, the qualified contractors will be given an opportunity to submit multipliers and a management plan. MINIMUM REQUIREMENTS: (1) Contractors must have an office located within the geographic area(s) selected for pre-qualification. (2) Contractors must be fully licensed for environmental construction work in the geographic area(s) selected for pre-qualification. (3) Contractors must have been in the environmental construction business for a minimum of five consecutive years in the geographic area(s) selected for pre-qualification. (4) Contractors must provide proof of bonding with a minimum aggregate dollar amount of $2,500,000 or more. (5) Contractors must meet minimum computer requirements. PRE-QUALIFICATION MEETING: A pre-qualification meeting will be held on Wednesday, May 27, 2009 from 10:00 a.m. to 12:00 noon at the U. S. Postal Service Northeast Facilities Service Office, 6 Griffin Road North, Windsor, CT AND Thursday, May 28, 2009 from 10:00 a.m. to 12:00 noon at the Marriott Courtyard Syracuse, 6415 Yorktown Circle, East Syracuse, NY. Attendance at either meeting is not mandatory but strongly suggested. DESCRIPTION OF WORK: The work includes all labor, materials, equipment, and services necessary for and incidental to asbestos, lead-based paint, and mold abatement. Typical services include, but are not limited to, the removal or repair of floor tile and mastic, damaged pipe, duct and boiler insulation, and the encapsulation of thermal and acoustical insulation. Removal and repair are required on steam and hot water heating pipes and boilers, hot and cold water lines, heating and air conditioning ductwork, and sprayed-on ceiling insulation. Services also include removal and repair of lead-based paint by chemical and mechanical methods. Most of the work will be confined to basement and mechanical room areas with some work occurring in areas occupied by postal personnel. Some work will be performed after hours so as not to impact facility operations. JOB ORDER CONTRACT: The contract is a unit price standard type arrangement for a one-year period with four, one-year renewal options. The initial contract value will be $250,000. Performance bonds and payment bonds, as well as a Sub-Contracting Plan, will be required from the successful offeror. The contract amount may be increased, by modification and with an appropriate increase in bonding, up to $2,500,000. The minimum work to be ordered under the contract is $5,000. The maximum amount of any work order is $500,000. The work order amount is typically within a range of $1,500 to $15,000. The Postal Service may award multiple contracts for each geographic area. The Postal Service may award multiple geographic areas under one contract to one contractor. Small, minority-owned, and women-owned subcontracting participation is encouraged. INTERESTED ENVIRONMENTAL CONSTRUCTION CONTRACTORS MEETING THE MINIMUM CRITERIA STATED HEREIN MAY OBTAIN A PREQUALIFICATION STATEMENT BY SENDING A REQUEST VIA EMAIL TO SUSAN LAM AT susan.lam@usps.gov. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. Contractors are encouraged to return the Qualification Statement by using the U.S. Postal Service (First Class Mail, Priority Mail, or Express Mail). Contractor Prequalification Statements will not be returned. Taking into consideration the minimum criteria stated herein, contractors will have the option to select one or both geographic areas for pre-qualification, as follows: AREA 1 - WESTERN NEW YORK: Counties of Niagara, Orleans, Monroe, Wayne, Erie, Genesee, Wyoming, Livingston, Ontario, Yates, Seneca, Cayuga, Chautauqua, Cattaraugus, Allegany, Steuben, Chemung, Tioga, Schuyler, Tompkins, Broome, Onondaga, Oswego. AREA 2 – CENTRAL NEW YORK: Counties of Counties of Broome, Delaware, Greene, Columbia, Cortland, Chenango, Otsego, Schoharie, Albany, Rensselaer, Onondaga, Madison, Oneida, Herkimer, Fulton, Montgomery, Schenectady, Saratoga, Washington, Oswego, Lewis, Hamilton, Warren, Jefferson, Saint Lawrence, Franklin, Clinton, Essex, Chemung, Tioga, Tompkins, Schuyler, Seneca, Cayuga AREA 3 – CONNECTICUT AREA 4 – MASSACHUSETTS & RHODE ISLAND AREA 5 – VERMONT & NEW HAMPSHIRE AREA 6 – MAINE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USPS/FP/WFSO/082530-08-A-0008/listing.html)
 
Place of Performance
Address: Northeast Area including all of New England plus Western and Central New York State
Country: US
 
Record
SN01814007-F 20090513/090511233028 (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.