SOURCES SOUGHT
Z -- GSA Level IV Security Upgrades
- Notice Date
- 4/9/2004
- Notice Type
- Sources Sought
- NAICS
- 491110
— Postal Service
- Contracting Office
- United States Postal Service, Facilities Purchasing, Headquarters Facilities, 4301 Wilson Blvd Ste 300, Arlington, VA, 22203-1861
- ZIP Code
- 22203-1861
- Solicitation Number
- 519809-04-A-0005
- Response Due
- 5/11/2004
- Archive Date
- 5/26/2004
- Point of Contact
- Jim Allen, Facilities Purchasing Specialist, Phone 703-526-2812, Fax 703-526-2710,
- E-Mail Address
-
james.g.allen@usps.gov
- Description
- The Postal Service is seeking to pre-qualify contractors for its GSA Security Program, which involves upgrading up to 28 U.S. Postal Service owned facilities located throughout the continental United States and Puerto Rico. Contractors can choose to work in a specific geographical area of the country or nationally, but contractors capable and willing to work nationally will receive a higher rating when evaluating submissions. A list of each proposed location is listed below. Specific scopes of work will be developed for each facility and proposals will be requested individually only from the list of pre-qualified contractors. Work will require accessing sensitive areas of each facility operated by US Government agencies such as the United States Courts, United States Marshal Service, and other agencies, therefore there will be a need for confidentiality. Requests for proposals may be over a time span of up to 4 years. Successful pre-qualified contractors will be required to submit background information of its employees and employees of all subcontractors who will need to access the facility and facility sites at the time of each proposal submission. A sample copy of the ?Basic Security Clearance Requirements? will be provided, and if it is not submitted the proposal will be rejected. Awards of any contracts will be predicated on Security Clearance approval by the U.S. Postal Inspection Service, the U.S. Marshals Service, and any other Federal Agency deemed necessary specific to the individual facility. Work at each facility will differ based on the individual needs of the facility. Anticipated work at each facility may include perimeter security, entry security, interior security, security planning, life safety, hazardous materials (lead and asbestos) abatement, and historical preservation. Facilities to be modified will vary from 25,000 sq. ft. to 600,000 sq. ft. All areas described are approximate; specific areas will be denoted within the solicitation documents. Contracts will start in Fiscal Year 2004 and have varying completion dates. Estimated cost range is between $500,000 and $5,000,000. Proposed location cities are Bay City, MI; Decatur, AL; Florence, AL; Evansville, IN; Fayetteville, NC; Great Falls, MO; Jefferson City, MO; Newark, NJ; Okmulgee, OK; Pendelton, OR; Ponce Atocha, PR; Waycross, GA; Brattleboro, VT; Rutland, VT; Durham, NC; Marquette, MI; Meridian, MS; Waterbury, CT; Abilene, TX; & Wichita Falls, TX. Minimum company performance requirements include at least five (5) years experience as a construction contractor, completion or ongoing of two (2) comparable projects within the past three (3) years one of which must include Security Upgrades in a historically significant facility. The projects in such structures typically will involve dealing with abatement procedures for hazardous materials such as asbestos and lead based paint. Projects constructed for the direct use or occupancy of the company(s) submitting the statement will not be considered as a comparable project. The financial stability and management plan of each respondent will also be evaluated during the pre-qualification process to determine the firm?s capability to perform. Only the highest qualified and financially capable firms will be pre-qualified. Qualification packages are now available, and may be obtained by written request to U.S. Postal Service, ATTENTION: Jim Allen, 4301 Wilson Blvd., Suite 300, Arlington, VA 22203-1861. You may also fax your request to Mr. Allen at 703-526-2710 or email him at james.g.allen@usps.gov. Qualification Statements are due May 11, 2004, by 11:00 A.M. EST. The completed statements should be delivered via one of the many services provided by the Postal Service or hand delivered to Jim Allen, 4301 Wilson Blvd., Suite 300, Arlington, VA. Qualification Statements will not be retained or returned and contractors will not be reimbursed for any expense(s) incurred in developing their statements
- Place of Performance
- Address: VARIOUS LOCATIONS THROUGHOUT THE U.S. & PUERTO RICO
- Zip Code: N/A
- Country: USA & Puerto Rico
- Zip Code: N/A
- Record
- SN00563520-W 20040411/040409212604 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |