SOLICITATION NOTICE
Z -- Two Chillers Replacement - New Jersey International and NDC - Package #1 - Package #2 - Package #3 - Package #4 - Package #5 - Package #6 - Package #7 - Package #8
- Notice Date
- 11/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- United States Postal Service, Facilities Purchasing, Southern Facilities Construction CMT, 7800 N Stemmons Fwy Suite 700, Dallas, Texas, 75247-4223, United States
- ZIP Code
- 75247-4223
- Solicitation Number
- 482263-15-A-0019
- Archive Date
- 1/2/2015
- Point of Contact
- Sharon J Russell, Phone: (214) 819-7218
- E-Mail Address
-
sharon.j.russell@usps.gov
(sharon.j.russell@usps.gov)
- Small Business Set-Aside
- N/A
- Description
- New Jersey International and NDC Solicitation New Jersey International and NDC Drawings 1 of 2 New Jersey International and NDC Specifications New Jersey International and NDC Drawings 2 of 2 New Jersey International and NDC Asbestos Lead Free Certificates New Jersey International and NDC Asbestos Survey New Jersey International and NDC Offeror's Return Package New Jersey International and NDC Asbestos Lead Survey The United States Postal Service (USPS) plans to issue a Firm Fixed Price Contract to replace two chillers at the New Jersey International & NDC located at 80 County Road, Jersey City NJ 07097-9996. All work will be done in accordance with USPS approved specifications and drawings. The construction performance time for this project is 270 calendar days from Notice to Proceed. PROPOSAL: Contractors will be required to submit a Qualification Statement/Package (Attachment 24), a Management/Technical Plan (Attachment 12) and their Price Proposal. To be considered, a company must meet the following minimum requirements as shown in the Qualification Statement/Package (Attachment 24): Background, Eligibility, Certification and Affirmation, Bonding Information, Financial Capability, and Safety. The Postal Service is more concerned with making an award at the lowest overall price than with obtaining superior technical or management features. However, the Postal Service may not necessarily make an award at the lowest price in order to achieve a small price savings if better value can be achieved with superior technical or management features. The benefits of a higher priced proposal may merit a higher price. Pre-qualified contractors will be placed on a list for inclusion in future solicitations in this area with similar scopes of work. There is no guarantee that a specific number of solicitations will be issued to these pre-qualified contractors. Scope of Work: The full scope of work is shown on the Contract Documents. A summary of the scope of work is as follows: General: The new Work includes but is not necessarily limited to: Replacement of chillers, pumps, cooling towers, piping, supports, controls and related equipment and accessories. 1. Furnish and install the new Work and related materials in 3 rd Floor Tank room and related rooms, the Mechanical Penthouse and on the roof adjacent to the Penthouse. Other spaces and locations within the facility may be involved with the Work. 2. Demolition, removal and disposal of existing chillers, cooling towers, pumps, piping, hangers, and related materials. This will include, piping, electrical work, flues and other work, equipment, and services associated with the chiller to be removed, in order to facilitate installation of a new chillers and related equipment. 3. Demolition, removal and disposal of existing surge tanks and related equipment in 3 rd Floor Tank Room. Miscellaneous demolition may be required in other parts of the facility. 4. Roof patching and repair. 5. Transporting and hoisting of the new Work items to the new location in the Mechanical Penthouse. Provide temporary structural support, protection and security accommodations for handling equipment on-site and within the facility. 6. Modifications and repairs of Cooling Tower structural platform including catwalks and related work. Paint removal, preparation and repainting of entire cooling tower platform and related items. Painting of new piping and patched areas is included. 7. New piping and modifications to the existing piping as required to install the new Work. 8. Electrical work, including new transformers, power wiring, control wiring, modifications to existing electrical systems to accommodate new Work. Demolition of selected electrical work is included. 9. Controls work to ensure proper integration of the new Work into the existing control system (EEMS) and scheme. This will include any required control devices, sequences, programming, or other additions or modifications. 10. Testing, start-up, and commissioning conducted by manufacturer's representative to ensure the new chiller system has proper functionality with the existing system. 11. Miscellaneous removals or modifications, both temporary and permanent, to suit the work required for removal or installation of project materials. 12. Coordination of work with all USPS activities, including mail-processing, administrative and maintenance. 13. Administrative: Schedule Preparation, Submittals, field reports, participation in construction progress meetings, communications and document preparation with USPS, URS and other related parties. 14. Execution of General Conditions of the contract as described in Division 1 of the specifications as well as described in other contract documents. 15. Lead paint abatement Pre-Proposal Meeting: A Pre-Proposal Meeting will be held MONDAY, DECEMBER 1, 2014 at 2:00 P.m. ET. Attendance is not mandatory but is strongly recommended. SOLICITATION: The solicitation package is attached to this posting. The solicitation package will be divided into five parts: 1) Specifications, 2) Drawings, 3) Environmental Reports, 4) Solicitation, and 5) Offerors Return Package QUESTIONS SHOULD BE DIRECTED TO: Sharon Russell, Sharon.j.russell@usps.gov. Deadline for questions is noon on December 17, 2014. There will be no public opening of offers. All proposal information received is CONFIDENTIAL until award of a contract. Upon award, the name of the successful offeror and the amount of the contract will be released as public information. The names of the offerors and the amount of their offers will not be released as public information. This information is exempt from disclosure under the Freedom of Information Act, Exception 4.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f2d981d8f08b9ca76f4bad77f3895e5f)
- Place of Performance
- Address: New Jersey International and NDC, 80 County Road, Jersey City, New Jersey, 07097-9996, United States
- Zip Code: 07097-9996
- Zip Code: 07097-9996
- Record
- SN03575294-W 20141120/141118234135-f2d981d8f08b9ca76f4bad77f3895e5f (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 |