SOLICITATION NOTICE
Z -- INDEFINITE QUANTITY JOB ORDER CONTRACT STATE OF OKLAHOMA EXCEPT ZIP CODE 739
- Notice Date
- 6/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 491110
— Postal Service
- Contracting Office
- United States Postal Service, Facilities Purchasing, Dallas Facilities Service Office, PO Box 667180, Dallas, Texas, 75266-7180
- ZIP Code
- 75266-7180
- Solicitation Number
- 482980-10-A-0019
- Archive Date
- 7/23/2010
- Point of Contact
- Sharon C Russell, Phone: (214) 819-7218, Melva Neal, Phone: (214) 819-7289
- E-Mail Address
-
sharon.j.russell@usps.gov, melva.neal@usps.gov
(sharon.j.russell@usps.gov, melva.neal@usps.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The Southwest Facilities Service Office (SWFSO) of the U. S. Postal Service (USPS) is seeking one or more contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for GENERAL CONSTRUCTION PROJECTS at leased and / or owned postal facilities within the geographic areas covered by the SWFSO as follows: State of Oklahoma (Except Zip Code 739). 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. PRE-QUALIFICATION: Pre-qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contracted professionals. Primary factors to be considered are: company background; general construction 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. Contractors selected as being the most highly qualified will be placed on the SWFSO IQ JOC General Construction List for a period of one year. PROPOSAL: Contractors will be required to submit a Management Plan and Proposal. The multipliers will apply for the entire geographic area selected. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. MINIMUM REQUIREMENTS: (1) Contractors should have an office located within the geographic area(s) selected, or within 100 miles of the geographic area(s); (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 $3,0000,000; (4) 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; (5) Contractors must provide a 24/7 contact; (6) Job Order Contract comparable experience; and (7) Comparable projects. 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 $500,000. 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 $25,000 to $200,000. The Postal Service may award multiple contracts for this geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: Pre-proposal meeting will be held on Wednesday, June 23, 2010, beginning at 9:00 a.m. in Conference Room G at the NCED Conference Center and Hotel which is located at 2801 State Highway 9, Norman OK 73071. Attendance is not mandatory but is strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested construction contractors meeting the minimum criteria stated herein, may obtain A CD SOLICITATION PACKAGE by sending a request VIA EMAIL to Sharon Russell at sharon.j.russell@usps.gov. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. YOU ARE ENCOURAGED TO RETURN QUALIFICATION STATEMENTS USING THE U. S. POSTAL SERVICE (FIRST CLASS MAIL, PRIORITY MAIL, OR EXPRESS MAIL). Offers may also be returned via personal hand delivery. Submissions will not be returned to the contractor. All contractors will be advised of their status within 120 days after the solicitation closes. Contracting Office Address: 7800 N Stemmons Freeway Ste 400 Dallas TX 75247-7220 Place of Performance: State of Oklahoma (Except Zip Code 739) Primary Point of Contact.: Sharon Russell Facilities Contract Specialist Sharon.j.russell@usps.gov Phone: (214) 819-7218 Fax: (214) 819-7290 Secondary Point of Contact: Melva Neal Facilities Contract Technician melva.neal@usps.gov Phone: (214) 819-7289 Fax: (214) 819-7290
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/DaFSO/482980-10-A-0019/listing.html)
- Place of Performance
- Address: STATE OF OKLAHOMA EXCEPT ZIP CODE 739, United States
- Record
- SN02168683-W 20100606/100604234740-92306f3ed493b484894ca700c67fba75 (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 |