Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

Z -- USPS Westchester, NY Indefinite Quantity / Job Ordered Contract: General Construction

Notice Date
2/25/2010
 
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-0013
 
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 Northeast Facilities Service Office (NEFSO) of the U. S. Postal Service (USPS) is seeking one or more contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for GENERAL CONSTRUCTION PROJECTS at leased and / or owned postal facilities within the geographic areas covered by the NEFSO as follows: WESTCHESTER, NY: Counties of Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester. Contractors must agree to perform work in the entire geographic area. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for and incidental to general construction projects. Typical services include, but are not limited to: Alterations, repairs, improvements, and maintenance of USPS facilities. Examples of exterior work: Asphalt/concrete paving, installing sidewalk, curbs or gutters, excavation, waterproofing, roofing, decking, exterior painting, security fencing, landscaping. Examples of interior work: Painting, installing stud/gypsum board walls, installing lockboxes, relocating HVAC ducts or electrical outlets, plaster repairs, wood refinishing, floor replacement. SOLICITATION: The solicitation package (CD) will be made available at no cost on February 26, 2010. 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 the proposals for the most highly qualified contractors will be considered. PRE-QUALIFICATION: 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; general construction contract experience; indefinite quantity/job order contract experience; financial stability; capacity to perform, with emphasis on multiple projects at one time; timely completion history; references; bonding capacity; and safety. Contractors selected as being the most highly qualified will be placed on the NEFSO IQ JOC General Construction List for a period of one year. PROPOSAL: Contractors will be required to submit a Management Plan and Proposal. The multipliers will apply for the entire geographic area selected. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. MINIMUM REQUIREMENTS: (1) Contractors should have an office located within the geographic area(s) selected, or within 100 miles of the geographic area(s); (2) Contractors must have been in the construction business, under the firm’s present name, for a minimum of five consecutive years; (3) Contractors must provide proof of bonding with a minimum aggregate dollar amount of $2,5000,000; (4) 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; (5) Contractors must provide a 24/7 contact; (6) Job Order Contract comparable experience; and (7) Comparable projects. JOB ORDER CONTRACT: The contract is a unit price standard type arrangement for a one-year period with four possible one-year renewal options. The initial contract value will be $500,000. Performance bonds and payment bonds, as well as a Sub-Contracting Plan, 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 $9,500,000. The minimum work to be ordered under the contract is $10,000. The maximum amount of any work order is $750,000. The work order amount is typically within a range of $25,000 to $200,000. The Postal Service may award multiple contracts for this geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETINGS: Pre-proposal meetings will be held on Thursday, March 11, 2010, beginning at 10:00 a.m. at the 3rd Floor Conference Room, USPS Jersey City BMC, Employees Entrance, 80 County Road, Jersey City, NJ 07097 and on Friday, March 12, 2010 beginning at 10:00 a.m. at the Courtyard by Marriott Albany Thruway, 1455 Washington Avenue, Albany, NY 12206. Contractors may attend either meeting. Attendance is not mandatory but strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested construction 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. YOU ARE ENCOURAGED TO RETURN QUALIFICATION STATEMENTS USING THE U. S. POSTAL SERVICE (FIRST CLASS MAIL, PRIORITY MAIL, OR EXPRESS MAIL). Offers may also be returned via personal hand delivery. Submissions will not be returned to the contractor. All contractors will be advised of their status within 120 days after the solicitation closes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/WFSO/082530-10-A-0013/listing.html)
 
Place of Performance
Address: WESTCHESTER, NY Counties of Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, Sulivan, Ulster, Westchester, Westchester Counties, New York, United States
 
Record
SN02076565-W 20100227/100226094708-e739d463d6b6fd2c80513652a29c509f (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.