Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

Z -- Caribbean: Puerto Rico & Virgin Islands Indefinite Quantity / Job Order Contract Asbestos, Lead-Based Paint, Mold Abatement

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Northeast Facilities Service Office, 6 Griffin Rd North, Windsor, Connecticut, 06006-0300
 
ZIP Code
06006-0300
 
Solicitation Number
082530-10-A-0004
 
Point of Contact
Margaret M Zorn, Phone: (860) 285-7138, Susan Lam, Phone: 860 285 7231
 
E-Mail Address
margaret.m.zorn@usps.gov, Susan.Lam@USPS.gov
(margaret.m.zorn@usps.gov, Susan.Lam@USPS.gov)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Postal Service’s Northeast Facilities Service Office (NEFSO) is seeking environmental construction contractors for an Indefinite Quantity / Job Order Contract (IQ/JOC) for asbestos, lead based paint, and mold abatement at postal facilities within the following geographic areas: Puerto Rico and Virgin Islands. Contractors must be licensed to perform this type of work and agree to perform work in the entire geographic area. DESCRIPTION OF WORK: The work includes, but is not limited to, all labor, materials, equipment, and services necessary for incidental asbestos, lead-based paint, and mold abatement. Typical services include: Removal or repair of floor tile and mastic and damaged pipe and duct and boiler insulation and encapsulation of thermal and acoustical insulation. Removal and repair of insulation on steam and hot water heating pipes and boilers, hot and cold water lines, heating and air conditioning ductwork, and sprayed-on ceiling. Lead-based paint removal and repair by chemical and mechanical methods. Most work will be confined to basement and mechanical room areas with some work occurring in areas occupied by postal personnel. PRE-QUALIFICATION: A pre-qualification package will be made available at no cost. 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, location, state licensing, indefinite quantity contract experience, financial stability, capacity to perform, indefinite quantity/job order contract experience, 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 most highly qualified will be placed on the NEFSO – Caribbean IQ JOC Environmental Construction List for a period of five years. SOLICITATION: The solicitation package (CD) will be made available at no cost on or about November 24, 2009. The solicitation will be divided into two parts: 1) Prequalification and 2) Proposal. The prequalification package will be evaluated prior to review of proposals. Each contractor will be ranked based on experience, performance, and capabilities. Only proposals for the most highly qualified contractors will be considered. PROPOSAL: Contractors will be required to submit a Management Plan and Proposal. The multipliers will apply for the entire geographic area. MINIMUM REQUIREMENTS: 1) Contractors must have an office located within the geographic area. 2) Contractors must be fully licensed to perform asbestos, lead-based paint, and mold abatement in the geographic area. 3) Contractors must have been in the construction business, under the firm’s present name, for a minimum of five consecutive years. 4) Contractors must provide proof of bonding with a minimum aggregate dollar amount of $2,500,000. 5) Contractors must meet minimum computer requirements, i.e., 2.3 GHz, 1,000 megabytes RD RAM or DDRSD RAM, DVD, Windows XP Professional or equal, high speed internet connection. 6) Contractors must provide a 24/7 contact. JOB ORDER CONTRACT: The contract is a unit price standard type arrangement for a one-year base term with four possible one-year renewal options. The initial contract value will be $250,000. Performance bonds and payment bonds will be required from the successful offeror(s). 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 $10,000 to $150,000. The Postal Service may award multiple contracts for this geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Tuesday, December 8, 2009, from 10:00 a.m. to 12:00 noon EST, at the San Juan Marriott Resort, 1309 Ashford Avenue, San Juan, PR. Attendance at this meeting is not mandatory but strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested environmental contractors meeting the minimum criteria stated herein may obtain A CD SOLICITATION PACKAGE 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 mail their responses via one of the services provided by the U.S. Postal Service (First Class Mail, Priority Mail, or Express Mail). Submissions will not be returned to the contractor. All contractors will be advised of their status within 60 days after the solicitation closes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/WFSO/082530-10-A-0004/listing.html)
 
Place of Performance
Address: Caribbean - Puerto Rico & Virgin Islands, United States
 
Record
SN02011153-W 20091126/091125000009-f3fff078e640f67cdf9bc4e8503d61b0 (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.