Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
MODIFICATION

Z -- IQ/JOC ENERGY CONSERVATION and QUALIFICATION FOR COMPETITIVE ENERGY CONTRACTS

Notice Date
5/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Western Facilities Service Office, 160 Inverness Dr. W, Suite 400, Englewood, Colorado, 80112-5005
 
ZIP Code
80112-5005
 
Solicitation Number
072976-10-A-0013
 
Point of Contact
Janet L Davis, Phone: 303-220-6561, Tom Carriere, Phone: (303) 220-6538
 
E-Mail Address
janet.l.davis@usps.gov, tom.carriere@usps.gov
(janet.l.davis@usps.gov, tom.carriere@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The Western Facilities Service Office (WFSO) of the U. S. Postal Service is seeking construction contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for ENERGY CONSERVATION PROJECTS at postal facilities within the geographic areas covered by the WFSO. Choose one or more of the areas listed below for consideration. Contractors must be able to obtain licenses to perform this type of work in the entire geographic area selected. Contractors must agree to perform work in the entire geographic area selected. Contractors not interested in IQ/JOC contracts, but that are interested in qualification for energy conservation competitive contracts throughout the WFSO geographic area will make that election in the Contractor Qualification Statement, AREA 1 – South and North Dakota, Minnesota (including Wisconsin ZIP codes 540, 546-548) AREA 2 – Nebraska, Kansas, Iowa (includes Illinois ZIP code 612), Missouri (includes ZIP codes 636-641, 644-649) AREA 3 – Montana & Colorado/Wyoming AREA 4 – Arizona, Nevada (includes California ZIP code 961), Utah (includes Idaho ZIP codes 832-834, 836) AREA 5 – Oregon (includes Washington ZIP code 986), Washington (includes Idaho ZIP codes 838 & 835) AREA 6 – Alaska See maps in solicitation documents. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for and incidental to energy conservation projects. Typical services include, but are not limited to: lighting retrofits, lighting controls, minor HVAC improvements, and compressed air systems improvements. For JOC contracts, work may also include energy audits, design, commissioning, measurement and verification. SOLICITATION: The solicitation package (CD) will be made available for $50.00 on Monday May 10, 2010. The solicitation will be divided into two parts: 1) Qualification Statement, (2) Management Plan and the Cost Proposal. The qualification package will be evaluated prior to review of the management plan and proposals. Each contractor will be ranked based on Experience, Performance and Capabilities. Only the proposals for the most highly qualified contractors will be considered. QUALIFICATION: The qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contract professionals. Primary factors to be considered are: company background; energy conservation 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 WFSO Competitive Energy Conservation Contract Qualification List for a period of three years. Contractors awarded IQ/JOC contracts under this solicitation will be qualified for WFSO Competitive Energy Conservation contracts for a period of three years. 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. Contractors interested in being qualified for only competitive Energy Contracts do not need to submit a Management Plan or Cost Proposal. MINIMUM REQUIREMENTS: (1) Contractors should have an office located within the geographic area(s) selected. If the contractor does not have an office in the geographic area, the contractor must furnish information on how the company will administer the contract from their office outside of the area(s); (2) Contractors must be able to obtain licenses to perform energy conservation construction work in the geographic area(s) selected; (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 $3,000,000 or more; (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; and (7) Contractors must have the ability to survey facilities for energy saving opportunities, primarily lighting and HVAC; ability to design and install lighting systems in compliance with USPS standards; ability to perform measurement and verification of work installed to ensure compliance with USPS specifications; and must perform 35% of work with own in-house workforce. 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 $1,000,000. 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 $9,900,000. 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 $10,000 to $150,000. The Postal Service may award multiple contracts for each geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Thursday, May 20, 2010, from 1:30 p.m. to 3:30 p.m. MDT, at the Western Facilities Service Office, 160 Inverness Drive West, Suite 400, Englewood, CO. Attendance at this meeting is not mandatory but strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested CONSTRUCTION CONTRACTORS, meeting the minimum criteria stated herein, may obtain a SOLICITATION PACKAGE in CD format for a NON-REFUNDABLE fee of $50 per package. Checks must be payable to ABC Imaging. Visa and MasterCard are accepted. Contact ABC Imaging at 303.573.5757 or FAX 303.573.8714 to place an order. Offerors are encouraged to submit their offers via the US Postal Service (First Class Mail, Express Mail and Priority Mail). Submissions will not be returned to the contractor. All contractors will be advised of their status within 120 days after the solicitation closes. ===================================================================== NOTE: Original Notice had ABC Imaging (incorrect) phone number as 303.576.5757. THE CORRECT PHONE NUMBER FOR ABC IMAGING IS 303.573.5757.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/DeFSO/072976-10-A-0013/listing.html)
 
Place of Performance
Address: Western Facilities Service Office (Six) Geographical Areas as defined in the solicitation documentation., United States
 
Record
SN02146454-W 20100513/100511235129-09fa6424c64a8e3ac7ec339e6158042e (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.