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 FOR THE CAP METRO AREA

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Eastern Facilities Service Office, PO Box 27497, Greensboro, North Carolina, 27498-1103
 
ZIP Code
27498-1103
 
Solicitation Number
36275-10-A-0026
 
Point of Contact
Sharon Weber,
 
E-Mail Address
sharon.k.weber@usps.gov
(sharon.k.weber@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The Eastern Facilities Service Office (EFSO) of the U. S. Postal Service is seeking construction contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for repair and alteration projects at postal facilities in the CapMetro area, as follows: Area 1 - Central Maryland & Northeast West Virginia, Area 2 - Washington DC, Area 3 - Northern Virginia & Northeast West Virginia, and Area 4 - USPS Headquarters Facilities. Counties for Area 1 and Area 3, and specific facilities for Area 4, are shown below. Contractors may select one or more areas for prequalification. Contractors must be willing and able to work on all projects that may occur within the area(s) selected for prequalification. At the discretion of the Postal Service, contracts may be awarded for one area or multiple areas. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for a wide range of repair and alteration projects in Postal Service leased or owned facilities. SOLICITATION: 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 plan. 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 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. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. The multipliers will apply for the entire geographic area. Contractors will also be given the option to provide separate multipliers for the Leased Space Accessibility Program (LSAP) in Areas 1 through 3. MINIMUM REQUIREMENTS: (1) Contractors should have an office located in the geographic area referenced in this solicitation, or in an adjacent state within 100 miles of the geographic area. If contractors do not have an office located within the geographic area, or within 100 miles of the geographic area, the contractor must furnish information on how the company will administer the contract from their office outside of the area. (2) Contractors must be fully licensed to perform repair and alteration and general construction work in the entire geographic area for which they seek prequalification. (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 GB Ram, DVD, Windows XP Professional or equal, and high speed internet connection; as well as other requirements, such as 24/7 contact, cell phone, voice mail, e-mail address, and digital camera (resolution of 5 megapixels or better, 3X option zoom or better). 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 work order amount for LSAP work is typically within a range of $5,000 to $10,000.) Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Tuesday, September 21, 2010, beginning at 10:00 a.m.. The meeting will be held in the conference room at the USPS Columbia Main Post Office, 6802 Oak Hall Lane, Columbia MD. Attendance at this meeting is not mandatory, but is strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested CONSTRUCTION CONTRACTORS, meeting the minimum criteria stated herein, may obtain a Solicitation package in a CD format by sending a request via email to Sharon Weber at sharon.k.weber@usps.gov. Please reference the solicitation number in your email request. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. 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. All contractors will be advised of their status within 90 days after the solicitation closes. LISTING OF COUNTIES & INDEPENDENT CITIES IN AREA 1: Maryland - Anne Arundel, Baltimore, Baltimore City, Calvert, Carroll, Charles, Frederick, Harford, Howard, Montgomery, Prince George's, St. Mary's, and Washington. West Virginia - Berkeley, Jefferson, and Morgan. LISTING OF COUNTIES & INDEPENDENT CITIES IN AREA 3: Virginia - Alexandria City, Arlington, Clarke, Culpepper, Fairfax, Fairfax City, Falls Church City, Fauquier, Frederick, Loudoun, Madison, Manassas City, Manassas Park City, Orange, Page, Prince William, Rappahannock, Shenandoah, Stafford, Warren, and Winchester City. West Virginia - Berkeley, Jefferson, and Morgan. LISTING OF HEADQUARTERS FACILITIES IN AREA 4, including, but not limited to: •· USPS Headquarters Building, 475 L'Enfant Plaza, SW, Washington DC •· Arlington OIG, 1735 N. Lynn St., Arlington VA •· Arlington Facilities HQ, 4301 Wilson Blvd., Arlington VA •· Washington L'Enfant, 955 L'Enfant Plaza, SW, Washington DC •· Merrifield Engineering R&D, 3001 Prosperity Ave., Fairfax VA •· Merrifield R&D Engineering Support, 8403-A Lee Hwy., Merrifield VA •· Dulles National Law Enforcement Center, 22340 Dresden St., Sterling VA •· Dulles F&TSD (Forensic) Laboratory, 22433 Randolph Dr., Dulles VA •· Dulles Stamp Depository, 22403 Randolph Dr., Dulles VA •· National Capital Station (Smithsonian), 2 Massachusetts Ave., Washington DC •· Bolger Training Academy, 9600 Newbridge Dr., Potomac MD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/MAFSO/36275-10-A-0026/listing.html)
 
Place of Performance
Address: Central Maryland, Washington DC, Northern Virginia, Northeast West Virginia, United States
 
Record
SN02271171-W 20100909/100908063550-ba45a94fcf17b2069c856cc5ed7e54c6 (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.