Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

Z -- INDEFINITE QUANTITY JOB ORDER CONTRACT

Notice Date
9/7/2010
 
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-0020
 
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 construction contractors for an Indefinite Quantity Job Order Contract (IQ/JOC) at postal facilities within the geographic areas covered by the WFSO, as follows: State of Nebraska Zip Codes 680-681 & 683-693; State of Kansas Zip Codes 664-666 & 668-679; and State of Iowa Zip Codes 515-516. Contractors must be licensed to perform this type of work in the entire geographic area and must agree to perform work in the entire geographic area. See maps in solicitation documents. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for a wide range of repair and alteration projects. SOLICITATION: The solicitation package (CD) will be made available at a non-refundable price of $50, on September 8, 2010. The solicitation will be divided into three parts: 1) qualification; 2) cost proposal, and 3) management plan. The qualification package will be evaluated prior to review of the cost proposal and management plans. Each contractor will be ranked based on Experience, Performance and Capabilities. Only the proposals for the most highly qualified contractors will be considered. All contractors will be advised of their status within 60 days after the solicitation closes. QUALIFICATION: The qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contracted professionals. 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. PROPOSAL: Contractors will be required to submit a Management Plan and Cost Proposal. The multipliers will apply for the entire geographic area. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. MINIMUM REQUIREMENTS: (1) Contractors must be fully licensed to perform construction work in the geographic area; (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 $3,000,000 or more; (4) Contractors must meet minimum computer requirements; a) 2.3 GHz, b) 1 GB Ram, c) DVD, d) Windows XP Professional or equal, e) high speed internet connection; and (5) Contractors must provide a 24/7 contact - name and phone number. If contractors do not have an office in the geographical area, they must provide information on how the IQC/JOC contract would be administered. 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 the geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Thursday, September 23, 2010, at 12:00 p.m. (noon). Address: United States Postal Service, Central Plains District Admin Offices (United Conference Room, 6005 Lockheed Ct, Omaha, NE 68119-9500. Attendance at this meeting is not mandatory, but strongly recommended. H OW TO RECEIVE SOLICITATION PACKAGE: Interested CONSTRUCTION CONTRACTORS, meeting the minimum criteria stated herein, may obtain a Solicitation package in a 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 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-0020/listing.html)
 
Place of Performance
Address: States of Nebraska, Kansas, portions of Iowa, United States
 
Record
SN02270731-W 20100909/100908063048-21596049d99e4dee2e4266354aae61ee (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.