Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

Z -- INDEFINITE QUANTITY JOB ORDER CONTRACT FOR POSTAL FACILITIES IN WEST VIRGINIA & WESTERN MARYLAND

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
362575-11-A-0006
 
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 West Virginia and Western Maryland (Allegany and Garrett counties only). Contractors must be licensed to perform this type of work in the geographic area, as required by the States, and must agree to perform work in the entire geographic area. 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. These 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). MINIMUM REQUIREMENTS: (1) Contractors must have an office located in the advertised area, or furnish information on how the company will administer the contract from outside the area. (2) Contractors must be fully licensed to perform construction work in the entire geographic area. (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; and must provide a 24/7 contact name and phone number. 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 will be required from the successful offeror(s) for the initial contract amount. 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.) 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, January 27, 2011, at 10:00 AM. The meeting will be held at the USPS Charleston P&DC, 1000 Centre Way, Charleston WV. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/MAFSO/362575-11-A-0006/listing.html)
 
Place of Performance
Address: WEST VIRGINIA & WESTERN MARYLAND, United States
 
Record
SN02359287-W 20110114/110112234609-d689ce88cab4a3578babe0fd2baafa94 (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.