Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

Z -- INDEFINITE QUANTITY (IQ) CONSTRUCTION / JOB ORDER CONTRACT (JOC) FOR REPAIR AND ALTERATION PROJECTS IN THE USPS HAWKEYE DISTRICT (Iowa ZIPcodes 500-514, 520-528 and Illinois ZIPcode 612)

Notice Date
4/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Western Facilities Service Office, 160 Inverness Dr. W, Suite 400, Englewood, Colorado, 80112-5005
 
ZIP Code
80112-5005
 
Solicitation Number
072976-10-A-0009
 
Point of Contact
Brenda L Hunter, Phone: (303) 220-6592, Tom Carriere, Phone: (303) 220-6538
 
E-Mail Address
brenda.l.hunter@usps.gov, tom.carriere@usps.gov
(brenda.l.hunter@usps.gov, tom.carriere@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ ENTIRE DESCRIPTION The Western Facilities Service Office (WFSO) of the U. S. Postal Service is seeking construction contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for postal facilities within the geographic areas covered by the WFSO, as follows: Iowa ZIPcodes: 500-514, 520-528 and Illinois ZIPcode: 612 only. Contractors must be licensed to perform this type of work in the entire geographic area and must agree to perform work in the entire geographic area. See maps in solicitation documents. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for a wide range of repair and alteration projects. SOLICITATION: The solicitation package (CD) will be made available at a NON-REFUNDABLE price of $50, on 04/21/10. 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 plans. 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. The multipliers will apply to the entire geographic area. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. MINIMUM REQUIREMENTS: (1) Contractors must be fully licensed to perform construction work in the geographic area; (2) Contractors must have been in the construction business, under the firm’s present name, for a minimum of five consecutive years; (3) Contractors must provide proof of bonding with a minimum aggregate dollar amount of $3,000,000 or more; (4) Contractors must meet minimum computer requirements: a) 2.3 GHz, b) 1 GB Ram, c) DVD, d) Windows XP Professional or equal, and e) high speed internet connection; and (5) Contractors must provide a 24/7 contact – name and phone number. If contractor does not have an office in the geographic area, it must provide information on how the IQ JOC contract would be administered. 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 Postal Service may award multiple contracts for the geographic area. Small Business Enterprise, Minority Business Enterprise, and Women-owned Business Enterprise subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Tuesday, 05/11/10, from 10:00 a.m. to 12:00 noon CDT, at USPS HAWKEYE DISTRICT OFFICE, 7900 HICKMAN ROAD, BOARD ROOM, WINDSOR HEIGHTS, IA 50324-4400. 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 for a NON-REFUNDABLE fee of $50 per package. Checks must be made payable to ABC IMAGING. Visa and MasterCard are accepted. Contact ABC Imaging at 303-573-5757 or FAX your order request to 303-573-8714. Offerors are to submit their proposal by one of the methods offered by the U.S. Postal Service: First Class, Priority, or Express Mail. Submittals will not be returned. Only offers received via personal hand delivery and/or US Postal Service (First Class Mail, Express Mail or Priority Mail) will be considered in compliance with this solicitation. Offers delivered by any other mail carriers will be rejected. All contractors will be advised of their status within 120 days after the solicitation closes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/DeFSO/072976-10-A-0009/listing.html)
 
Place of Performance
Address: HAWKEYE DISTRICT GEOGRAPHICAL AREA: Iowa ZIPcodes 500-514, 520-528 and Illinois ZIPcode 612, United States
 
Record
SN02129193-W 20100424/100422234553-496bdef4143bc4c1d85361d1aa11d5f9 (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.