Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

Z -- INDEFINITE QUANTITY JOB ORDER CONTRACT FOR TENNESSEE AND NORTH GEORGIA - List of Counties 12-A-0002

Notice Date
2/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
United States Postal Service, Facilities Purchasing, Eastern Facilities Construction CMT, PO Box 27497, Greensboro, North Carolina, 27498-1103, United States
 
ZIP Code
27498-1103
 
Solicitation Number
360070-12-A-0002
 
Point of Contact
Robert C. Ramba,
 
E-Mail Address
robert.c.ramba@usps.gov
(robert.c.ramba@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
List of Counties 12-A-0002 The Eastern Facilities Construction Category Management Team (EFCCMT) of the U. S. Postal Service is seeking prime general construction contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for repair and alteration projects at postal facilities in Tennessee and North Georgia. This geographic area is divided into three separate areas: Area 1 East Tennessee and NW Georgia, Area 2 West Tennessee, and Area 3 North Georgia. Counties for each area are listed on the attachment. Contractors may pre-qualify for and submit a proposal for one or all areas. Contractors must be licensed to perform this type of work in the geographic areas selected, as required by the State, and must agree to perform work in the entire geographic area for which they seek prequalification and award. 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) management plan, and 3) 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. 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; 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. Separate multipliers may be proposed for each area. MINIMUM REQUIREMENTS: (1) Contractors must either have an office located in the advertised area, or furnish information on how the company will administer the contract from outside the area. If contractors do not have an office located within the geographic area, the contractor must furnish information on how the company will administer the contract from their office outside of the area or provide detailed information on how, when, and where they plan to set up an office within the area. (2) Contractors must be fully licensed to perform construction work in the entire geographic area selected, as required by the State. (3) Contractors must have been in the construction business for a minimum of five (5) consecutive years as of the date of this solicitation. There is no requirement that eligible contracting firms remained the identical entity for the five consecutive year period, although legal entity changes (such as from a partnership to a corporation) that occurred during this five year period should be clearly explained, and if key personnel were retained this should also be clearly explained. (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., Windows operating system or equivalent, DVD, scanner, digital camera and high speed internet connection; and must provide a 24/7 contact name, phone number, and email address. 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 value. 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: Two pre-proposal meetings will be held: Date: February 22, 2012 Time: 10:00 AM CST Location: Nashville TN P&DC Maintenance Conference Room 525 Royal Parkway Nashville, TN 37230 Date: February 23, 2012 Time: 10:00 AM EST Location: North Metro P&DC 1605 Boggs Rd, Duluth, GA 30026 Attendance is not mandatory, but is strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested PRIME GENERAL CONSTRUCTION CONTRACTORS, meeting the minimum criteria stated herein, may obtain a Solicitation package in a CD format by sending a request via email to Robert C. Ramba at robert.c.ramba@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/360070-12-A-0002/listing.html)
 
Record
SN02669110-W 20120209/120207234936-5cfa0df4c33d6c40f3a6ce0f5f510f31 (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.