Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

Z -- INDEFINITE QUANTITY CONTRACT FOR ELECTRICAL SUPPORT SERVICES

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-0019
 
Point of Contact
Tom Carriere, Phone: (303) 220-6538, Janet L Davis, Phone: 303-220-6561
 
E-Mail Address
tom.carriere@usps.gov, janet.l.davis@usps.gov
(tom.carriere@usps.gov, janet.l.davis@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The Western Facilities Service Office (WFSO) of the U. S. Postal Service is seeking electrical contractors for an Indefinite Quantity Contract (IQC) for electrical support services at the Information Technology Accounting Service Center, Eagan, MN. All contractor personnel providing electrical support services under this contract must be licensed electricians. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for a wide range of electrical support services. SOLICITATION: The solicitation package (CD) will be made available at a non-refundable price of $50, on August 27, 2010. The solicitation will be divided into two parts: 1) Qualification Statement Package (QSP); and 2) Cost Proposal (Multiplier). The Qualification Package will be evaluated prior to review of the Cost Proposal. Each contractor will be ranked based on Experience, Performance and Capabilities. Only the proposals for the most highly qualified electrical contractors will be considered. QUALIFICATION STATEMENT PACKAGE (QSP): The QSP will be evaluated by qualified Postal Service employees. Primary factors to be considered are: company background; 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. There are minimum requirements for this solicitation; failure to comply with the minimum requirements will be cause for disqualification: 1. Office Location & Staffing: Geographical Area: Office Location within 20 miles radius of the Eagan, MN IT/ASC facility. If the contractor does NOT have an office located within 20 miles of the proposed area, the contractor must furnish information on how the company will administer the contract from their office outside of the area. NOTE: Contractor must be willing and able to work on all projects that may occur within the geographical area. Contractor must submit an address, phone number, staffing chart, and description of duties and experience including all security clearance information (resumes, etc.) of the employees who will be responsible for the work in the geographical area. 2. License Requirement: The Electrical Contractor personnel working in the facility must be fully licensed to perform advanced electrical repairs. Include a copy of the State and/local licenses. 3. Minimum Years in Business: Your company must have been in the Electrical Construction business, under the firm's present name, for a minimum of five (5) consecutive years. 4. BONDING REQUIREMENTS The Postal Service will require 100 percent Payment and Performance Bonds for the total contract amount at anytime for each contract awarded, which includes any work under the warranty period. Your company must provide proof of bonding with a minimum aggregate dollar amount of $1,000,000. 5. Extensive operational experience within highly secure, state-of-the-art information technology environments. Provide documentation that demonstrates the firm has the required operation experience working in a highly secure, state-of-the-art information technology environments. 6. Experience with Indefinite Quantity Contracts (IQC) A contract will be considered as Indefinite Quantity Contract experience only if it meets all of the criteria listed in this solicitation. 7. Comparable Projects: For this solicitation, comparable projects are defined as small electrical repair and alteration projects within highly secure, state-of-the-art information technology type facilities and a construction cost of between $500.00 and $10,000.00. It is preferable but not required that comparable projects be located within the geographical area referenced in this solicitation. 8. Experience with Unit Price Schedule (UPS) The Offer & Award, Page 1, of the Solicitation must reflect the Multiplier that will be used for a Unit Price Schedule. 9. Completion of a Multiplier that becomes the Cost Proposal Page 1A, Cost Proposal - Multiplier: Must be completed and will become the Cost Proposal component of the offer package. The multiplier will be applied on each work order that is completed using the amounts found in the Unit Price Schedule. Multiplier (Adjustment Factors) Include all Contractor Overhead & Construction Related Costs: Home Office Insurance Bonds Supervision Prime & Subcontractor Overhead and Profit All Applicable Taxes Cost of Financing the Work All Mobilization for Each Work Order (Excluding Large Equipment) All Business Risks Permitting Services (When Required) Excludes Actual Cost of Permits (When Required) As-built Markups Incidental A/E Services Portable Toilets, Storage Boxes, Safety Barricades, etc. Owner Security Requirements Daily Clean-up Prices Include Compliance with All OSHA Regulations PROPOSAL: Contractors will be required to submit a proposal. The proposal will include an extensive Qualification Statement Package and Unit Price Schedule to evaluate costs. HOW TO RECEIVE SOLICITATION PACKAGE: Interested Electrical Contractors, meeting the minimum criteria stated herein, may obtain a Solicitation package for a NON-REFUNDABLE fee of $50. 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 proposals by one of the methods offered by the U.S. Postal Service: First Class, Priority, or Express Mail. Submittals will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/DeFSO/072976-10-A-0019/listing.html)
 
Place of Performance
Address: 2825 LONE OAK PARKWAY, EAGAN, Minnesota, 55121-9312, United States
Zip Code: 55121-9312
 
Record
SN02255645-W 20100828/100826235436-822259e50aadb3f2f3a354b53cb43310 (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.