Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

Y -- Chicago Internation Service Center

Notice Date
5/14/2010
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
United States Postal Service, Facilities Purchasing, Major Facilities Purchasing (HQ), 4301 Wilson Blvd Ste 300, Arlington, Virginia, 22203-1840
 
ZIP Code
22203-1840
 
Solicitation Number
512582-10-A-0005
 
Point of Contact
Michael Bacha, Phone: 7035262763
 
E-Mail Address
michael.j.bacha2@usps.gov
(michael.j.bacha2@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Postal Service intends to award a Design/Build Competitive GMP type contract for New Chicago International Service Center (ISC). The purpose of this project is to relocate the existing International Service Center (ISC) operation from the existing leased facility, plus the Annex Facility, located at 514 and 513 Express Center Drive, to the existing Air Mail Center (AMC) Facility located at 11600 West Irving Park Rd., Chicago, IL 60666-9998 which will be designated as the New ISC. In order to accommodate the ISC operation, the AMC operation will now be moved affecting four (4) other processing facilities. These facilities are: IPR (Irving Park Rd.), CMSH (Busse), Chicago Network Distribution Center (NDC) and the Chicago P&DC (Cardiss Collins). The scope of work for the design build contractor includes work at the new O’Hare ISC, (former Air Mail Center AMC), the adjacent Irving Park Road P&DC (IPR), 60666, Chicago Metro Surface Hub (CMSH), located at 2591 Busse Road in Elk Grove Village, 60007 and the Chicago Network Distribution Center, located at 7500 W. Roosevelt Rd, Forest Park, 60130. The scope of the work includes but is not limited to the following: NEW ISC (former O’Hare Air Mail Center) - Administration Area: painting of approximately 37,000 square feet of support space, remodeling of selected areas of the office area and truck dock, relocation of power and data outlets to accommodate new modular furniture, provide twelve (12) high bay light fixtures above former Registry Area, move and reassemble existing modular furniture from ISC to AMC. The Work Room: lighting modifications, demolition and modifications to Bulk Conveyor, Fixed Mechanization that includes new tray line conveyor. New Customs Area: construct new 26,000 SF enclosed space for Customs Service within existing airline concourse, provide interior partitions, doors and finishes as scheduled, provide mechanical, plumbing, fire protection, electrical systems, provide stand alone CCTV, card access and intrusion detection systems, selective demolition of Mechanical and Electrical systems, selective demolition of existing mail chutes, conveyors, concrete islands, Tray Mail System (TMS) conveyor service platforms and hangars. New Trailer Parking lot: construct new trailer parking area with flexible and rigid paving, construct storm water detention area, provide new electrical service and pole mounted lights, a new landscaping. New Truck Docks: add three (3) 50” high depressed truck docks and doors at the southeast corner of the AMC, relocation of site utilities associated with new depressed docks, provide concrete paving and grading to accommodate depressed docks, modify existing structural grade beams and slab to accommodate new dock levelers at each door, selective demolition of exterior precast concrete wall to accommodate new door openings. Fixed Mechanization shall encompass new bulk mail conveyors in the U.S.Customs Operations, tray and bulk conveyor series to transport mail from the receiving docks into the workroom floor for processing. The Supplier shall be responsible for associated engineering, fabrication and installation of new bulk conveyors, new controls and for associated engineering, fabrication and installation of new tray conveyors, spirals, and new controls. This work shall be done in accordance with the Project Detailed Specification and drawings. BMEU Truck Dock Modifications - modify existing paving to provide two (2) new 50” high depressed docks, modify existing grade beams and slab to accommodate new dock levelers at each door, selective demolition and rebuilding of exterior masonry wall to accommodate two (2) new door openings, and provide trench drain and piping and connect to existing storm sewer. CMSH - Miscellaneous building alterations including demolition, new wall construction, finishes and MEP work, fixed mechanization that includes bulk and tray line demolition, new bulk alterations, and new tray line. Fixed Mechanization shall encompass new tray and new bulk conveyor series to transport mail from the receiving docks in the THS operations into the workroom floor for processing. In support of the existing and new APPS installation existing bulk conveyors shall be modified for APPS takeaway operations. The Supplier shall be responsible for associated engineering, fabrication and installation of new bulk conveyor components, new controls and modifications to existing bulk conveyors to insure proper interface and functionality. This work shall be done in accordance with the Project Detailed Specification and drawings. NDC - New truck entry and exist gates with, miscellaneous pavement, guardhouse, cameras and lighting. Base Bid construction is 184 calendar days from date of award. Subcontracting goals for this project are: Small Business 38.30%, Minority Business 4.10%, and Women Owned Business 7.50%. Only the following pre-qualified Firms are invited to submit proposals for this solicitation: The recommended Design Build prequalified suppliers for this solicitation are: Clayco Inc, Kurt M. Jaeger, Regional Vice President, 19500 Victor Parkway Suite 375, Livonia MI 48152, Phone: 734-462-1205, Email: jaegerk@claycorp.com; James N Gray Construction, 10 Quality Street, Lexington, KY 40507-1450, Forrest Miller, Senior Vice President, Phone: 859-281-9200, Email: fmiller@gray.com; JE Dunn/SSOE JV, Dirk Schafer, 929 Holmes, Kansas City, MO 64106- 2682, Phone: 816-391-2678, Email: dirk.schafer@jedunn.com; The Facility Group, Thomas Williams, Senior Vice President, 2233 Lake Park Drive SE, Smyrna, Georgia 30080-8813, Phone: 770-437-2700, Email: tom.williams@facilitygroup.com; The Korte Company, Michael L. Tubbs, Senior Vice President/Project Executive, 12441 U.S. Highway 40, P.O. Box 146, Highland, IL 62249-0146, Phone: 618-654-8611, mike.tubbs@korteco.com; The Walsh Group, Michael Pedersen, Senior Project Manager, Design Build Division, 929 West Adams Street, Chicago, IL 60607-3021, Phone: 312-563-5405, Email: mpedersen@walshgroup.com; Turner Construction Company (HNTB), Ronald J Olson, 375 Hudson Street, 6th Floor, New York, New York 10014, Tel: 212-229-6000, Email:rolson@tcco.com; Walbridge, Ronald Hausmann, President-HCS Group, 777 Woodward Ave, Suite 300, Detroit, Michigan 48226-3529, Phone: 313-963-8000, Email: rhausmann@walbridge.com; Walton Construction Company LLC, Ryan Molen, Manager of Business Development, 16024 Manchester Road, Suite 111, Ellisville, MO 63011-2195, Phone 636-594-2220, email: ryanmolen@waltonbuilt.com. The recommended Mail Equipment Portfolio (MEP) prequalified suppliers for this solicitation are: Western Industrial Contractors, 14805 East Moncrieff Place, Aurora, CO 80011-1207, Robert Vacek, Phone: 303-371-3714; The Siebold Company, 4201 NW 124th Avenue, Coral Springs, FL 33065-2432, Jim Siebold, Phone: 954-340-3005; KEY Handling Systems, 137 West Commercial Avenue, Moonachie, NJ 07074-1704, Bill Stefan, Phone: 201-933-9333; Dearborn Mid-West Conveyors Co., 4220 Shawnee Mission Pkwy, Fairway, KS 66205-2513, Jim Brosnahan, Phone: 913-261-2478. The previous listed Construction Contractors have been furnished copies of the solicitation. Note, interested subcontractors and suppliers may obtain a copy through the pre-qualified list of suppliers or by purchasing them from LDI Reproprinting Center. Orders can be emailed to usps@Idireproprinting.com, by phone (toll free) at 1-877-913-5277 or by fax at 770-491-7375. Note this is not a public procurement and proposals will not be publicly opened. All questions concerning this solicitation shall only be directed in writing in WORD format to Michael Bacha at michael.j.bacha2@usps.gov. Questions during the proposal process will only be received from prequalified Construction Contractors, not subcontractors, not suppliers, nor other interested parties. Questions shall be clear, concise, numbered and dated. Do not attempt to contact anyone else during this process as only answers issued from Michael Bacha will be included in Ammendment(s) issued. A preposal conference will be held at the site on Date: 5/25/2010, Time: 9:00 AM, Location: Main Conference Room, Chicago Air Mail Facility, 11600 W. Irving Park Rd., Chicago, IL 60666-9998. Proposals are due on June 18, 2010 at 3:00pm EST and should be hand delivered or mailed (using one of the fine services offered by the Postal Service) to the attention of Mike Miller, SMFP, Suite 300, 4301 Wilson Blvd., Arlington, VA 22203-1840.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/MFP/512582-10-A-0005/listing.html)
 
Place of Performance
Address: Chicago, Il O'Hare Airport Mail Center, 11600 West Irving Park Road, Chicago, Illinois, 60666-9998, United States
Zip Code: 60666-9998
 
Record
SN02150502-W 20100516/100514235427-9a50a88195c5c6529d8dc82aa8a26be9 (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.