Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOLICITATION NOTICE

Z -- Indefinate Quantity Job Order Contract (IQ JOC) for Chicago and Northern IL Area

Notice Date
11/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Great Lakes Facility Service Office, 62 Stratford Drive, Bloomingdale, Illinois, 60117-0700
 
ZIP Code
60117-0700
 
Solicitation Number
162640-11-A-0002
 
Point of Contact
Reginald Hollingsworth, Phone: 630-295-6214, Carolynn M Arndt, Phone: 630-295-6263
 
E-Mail Address
r.hollingsworth@usps.gov, carolynn.arndt@usps.gov
(r.hollingsworth@usps.gov, carolynn.arndt@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The Great Lakes Facilities Service Office (GLFSO) of the U. S. Postal Service (USPS) is seeking one or more General Contractors for Indefinite Quantity Job Order Contracts (IQ JOC) for General Construction for repair and alterations projects within the Chicago and Northern IL Areas as identified below. Contractors must be licensed to perform this type of work in the entire geographic area. Contractors must agree to perform work in the entire geographic area listed below: CHICAGO AND NORTHERN IL, consisting of Zip Codes (600-603, 606-608, 610-611) - which include the following counties: Cook, Dupage, Kane, Lake, McHenry, DeKalb, Ogle, Boone, Carroll, Jo Daviess, Lee, Stephenson, Whiteside, and Winnebago. DESCRIPTION OF WORK: A Job Order Contract is an indefinite quantity contract in which the contractor will perform individual projects at different leased and owned postal service facilities within the stated geographic area. The work includes all labor, materials, equipment, and services necessary for and incidental to JOC projects. Typical examples of interior work include, but are not limited to: painting, installing stud/gypsum board walls, installing lockboxes, relocating HVAC ducts or electrical outlets, plaster repair, wood refinishing, floor replacement. Typical examples of exterior work include, but are not limited to: asphalt/concrete paving, installing sidewalks, curbs or gutters, excavation, waterproofing, roofing, decking, exterior painting, security fencing and landscaping. SOLICITATION: The solicitation package (CD) will be made available at no cost on Tuesday, November 2, 2010. The solicitation will be divided into two parts: 1) Contractor Qualification Statement, (2) Management Plan and Cost Proposal. The qualification package will be evaluated prior to review of the management plan and cost proposal. Each contractor will be ranked based on Experience, Performance, and Capabilities. Only the proposals for the most highly qualified contractors will be considered for the award. QUALIFICATIONS: An Evaluation Team, comprised of qualified Postal Service Employees will evaluate contractors based on their Qualification Statement submission. The Contractor Qualification Statement includes information on the following: background (pass/fail), eligibility (pass/fail), certification and affirmation (pass/fail), bonding information (pass/fail), financial capability (pass/fail), Indefinite Quantity Contract Experience (60 points), comparable experience (60 points), non-comparable experience (20 points), and safety (20 points) for a total maximum score of 160 points. Contractors who do not receive full points for a particular section or fail certain other sections may still be eligible to be placed on the pre-qualification list. Minority-owned and Women-owned businesses participation is encouraged. Contractor Qualification Statements will not be maintained or returned. Firms will not be reimbursed for any expense(s) incurred in developing their Contractor Qualification Statement. PROPOSAL: Contractors will be required to submit a Management Plan and Cost Proposal with the multipliers applying to the unit prices. Contractors must furnish separate multipliers for inside and outside of the Metro area. All unit prices are based on local labor, material and equipment prices including the current prevailing wages. Your firm must be willing and able to work on all the projects that may occur within the geographical area of the award. Refer to JOB ORDER CONTRACT below for details regarding the contract type. 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 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; and (6) Contractors must provide a 24/7 contact. 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 Subcontracting 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 order 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. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Tuesday, November 9, 2010 at 2:00 P.M. Central Standard Time at the Great Lakes Facilities Service Office, 62 Stratford Dr., Bloomingdale, IL 60117-7000 in the Main Conference Room. The meeting purpose is to assist contractors in understanding the qualification process and in the completion of the Contractor Qualification Statement. Attendance at this meeting is not mandatory, but is strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested General Contractors, meeting the minimum criteria stated herein, may obtain a SOLICITATION PACKAGE in CD format by sending a request to Reginald Hollingsworth, Facilities Contract Specialist, TO THIS SPECIFIC EMAIL ADDRESS ONLY: r.hollingsworth@usps.gov or in writing at the below stated address. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. In addition, please include the Solicitation Number 162640-11-A-0002 to identify the Solicitation package that you desire. The completed: (1) Contractor Qualification Statement, (2) Management Plan and Cost Proposal should each be delivered via one of the many services provided by the United States Postal Service (Express Mail, Priority Mail and First Class Mail) in two separate sealed envelopes and marked accordingly with a solicitation number on both sets of envelops. Submission packages will not be returned to you. Reginald Hollingsworth Great Lakes Facilities Service Office USPS 62 Stratford Dr Bloomingdale IL 60117-7000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/GLFSO/162640-11-A-0002/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02319839-W 20101103/101101233800-57d1d9066e847c08da0dc2f8ad9aa69b (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.