SOLICITATION NOTICE
Z -- IQ/JOC ENERGY CONSERVATION AND PRE-QUALIFICATION FOR COMPETITIVE ENERGY CONTRACTS
- Notice Date
- 6/8/2010
- 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-0018
- 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
- 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 ENERGY CONSERVATION PROJECTS at postal facilities within the geographic areas covered by the SWFSO. Choose one or more of the areas listed below for consideration. Contractors must be licensed to perform this type of work in the entire geographic area selected and must agree to perform work in the entire geographic area selected. Contractors not interested in IQ/JOC contracts but that are interested in Pre-Qualification for Energy Conservation Competitive Contracts throughout the SWFSO geographic area will make that election in the Contractor Qualification Statement. These contracts will be for projects within a range from $750,000 to $3,000,000. AREA 1 – TEXAS, OKLAHOMA ZIP CODE 739, NEW MEXICO, AND ARIZONA ZIP CODE 865 AREA 2 – OKLAHOMA (EXCEPT ZIP CODE 739), ARKANSAS, AND LOUISIANA See maps in solicitation documents. DESCRIPTION OF WORK: The work includes all labor, materials, equipment, and services necessary for and incidental to energy conservation projects. Typical services include, but are not limited to: lighting retrofits, lighting controls, minor HVAC improvements, and compressed air systems improvements. For JOC contracts, work may also include energy audits, design, commissioning, measurement, and verification. SOLICITATION: The solicitation package (CD) will be made available at no cost on Tuesday, June 8, 2010. The solicitation will be divided into two parts: 1) Qualification Statement, (2) Management Plan and the Cost Proposal. The qualification package will be evaluated prior to review of the management plan and proposals. Each contractor will be ranked based on Experience, Performance, and Capabilities. Only the proposals for the most highly qualified contractors will be considered. PRE-QUALIFICATION: The pre-qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contract professionals. Primary factors to be considered are: company background; energy conservation 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 Competitive Energy Conservation Contract Qualification List for a period of five years. Contractors awarded IQ/JOC contracts from this solicitation will be qualified for SWFSO Competitive Energy Conservation contracts for a period of five years. 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. Contractors interested in being qualified for only the competitive Energy Contracts do not need to submit a management plan or cost proposal. MINIMUM REQUIREMENTS: (1) Contractors should have an office located within the geographic area(s) selected. If the contractor does not have an office in the geographic area, the contractor must furnish information on how the company will administer the contract from their office outside of the area(s); (2) Contractors must be able to obtain licenses to perform conservation construction work in the geographic area(s) selected; (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, 1,000 megabytes RD RAM or DDRSD RAM, DVD, Windows XP Professional or equal, high speed internet connection; (6) Contractors must provide a 24/7 contact; and (7) Contractors must have the ability to survey facilities for energy saving opportunities, primarily lighting and HVAC; ability to design and install lighting systems in compliance with USPS standards; ability to perform measurement and verification of work installed to ensure compliance with USPS specifications; and must perform 35% of work with own in-house workforce. 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 Subcontracting 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 order 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 each geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Tuesday, June 22, 2010 at 10:00 a.m. Central Time at the Southwest Facilities Service Office, 7800 N Stemmons Freeway Ste 400, Dallas, TX 75247-4220 in the 4th Floor Harrison Room. 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 CD format by sending a request VIA EMAIL to Sharon Russell at sharon.j.russell@usps.gov. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. Only offers returned via personal hand delivery and/or US Postal Service (First Class Mail, Express Mail, and Priority Mail) will be considered in compliance with this solicitation. Any other carriers will be rejected. Submissions will not be returned to the contractor. 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/DaFSO/482980-10-a-0018/listing.html)
- Place of Performance
- Address: SOUTHWEST FACILITIES SERVICE OFFICE - TWO GEOGRAPHIC AREAS AS DEFINED IN THE SOLICITATION DOCUMENTATION., United States
- Record
- SN02171012-W 20100610/100608234748-d7f1e0a146968c1f1869523dca1f6e34 (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 |