Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2015 FBO #5023
SOLICITATION NOTICE

S -- Snow Removal Services for USPS Facilities - Michigan District - Package #1

Notice Date
8/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
United States Postal Service, Facilities Purchasing, Western Facilities Service Office, 7500 E 53rd Pl Rm 1108, Denver, Colorado, 80266-9918, United States
 
ZIP Code
80266-9918
 
Solicitation Number
4BD-15-A-0097
 
Archive Date
9/29/2015
 
Point of Contact
Bernice Brown, Phone: 3037431214, Pam J Millspaugh, Phone: 3037431312
 
E-Mail Address
bernice.brown@usps.gov, pam.j.millspaugh@usps.gov
(bernice.brown@usps.gov, pam.j.millspaugh@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
Snow Removal Services for Michigan District: Attachment A (Performance Work Statement), Attachment B (Wage Determination), Attachment C (Facilities and Pricing Sheet), and Attachment D (Past Performance Chart). Solicitation for Snow Removal Services for USPS Facilities in the Michigan District. The United States Postal Service, Facilities Services CMC, 3300 S Parker Rd., Aurora, CO 80014, UNITED STATES The Facilities Services CMC of the United States Postal Service is soliciting proposals for Snow Removal Services for postal facilities in the Michigan district. This is a combined synopsis/solicitation for commercial services. One or more awards will be made from this solicitation. The award will be made under Firm-Fixed Price with a Cost Reimbursable Line Item (Salt/Sand). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this effort is 4BD-15-A-0097. This requirement is issued as a Request for Proposal (RFP). The North American Classification System (NAICS) Code is 561790, Other Services to Buildings and Dwellings, and the Size Standard is $7 million. The period of performance will be a base period of 12 months and four 12-month options. The seasonal performance will be for 7 months (October - April). A best value tradeoff analysis process will be conducted. Proposals will be evaluated under four primary factors: 1) Management Work Plan, 2) Quality Control Plan, 3) Supplier Capability, and 4) Past Performance. The factors listed are equal in terms of importance. The final selection will be made using the qualitative factors and price as the tradeoff factors for offers ultimately determined to be technically acceptable for all factors evaluated. An offeror rated overall as unacceptable (including unacceptable but capable of being made acceptable) shall not be eligible for award. The following evaluation factors will be used to evaluate offers: •1. Factor 1: MANAGEMENT WORK PLAN. The offeror will be evaluated on their demonstrated methods of processes and procedures; and policies to be utilized in meeting the technical requirements defined in the performance work statement. •2. Factor 2: QUALITY CONTROL PLAN (QCP). The offeror will be evaluated on its demonstrated ability to provide a clear plan to ensure only high quality services will be provided. •3. Factor 3: SUPPLIER CAPABILITY: The offeror will be evaluated on its demonstrated ability to the PWS requirements timely and the ability to quickly adapt to a variety of circumstances that could disrupt services being provided, ranging from slight to severe. •4. Factor 4: PAST PERFORMANCE. The offeror will be evaluated on the depth, breadth and quality of same or similar services performed within the three years immediately preceding the submission of the proposal. The offeror shall prepare and submit the chart clearly identifying all relevant (in terms of scope of work and value) contracts for the same or similar services performed in the last three years prior to submission of proposal. The chart shall conform to and provide all the information as shown in the RFP. Offerors are advised that the following Provisions and Clauses are applicable to this procurement: Provision 4-2 Representations and Certifications - All offerors must include a completed copy of the provision 4-2 with their offer. Clause 4-1 General Terms and Conditions Clause 4-2 Contract Terms and Conditions Required to Implement Policies, Statutes or Executive Orders All attachments associated with this requirement are provided as stated below: Attachment A - Performance Work Statement Attachment B - Wage Determination Attachment C - Facility Information and Pricing Attachment D - Past Performance Chart Proposals are due by September 14, 2015 at 2:00 pm MT via email to Bernice.Brown@usps.gov. Written questions will be accepted until August 31, 2015. The written questions should be emailed to Bernice.Brown@usps.gov. Point of Contact is Bernice Brown, Purchasing & Supply Management Specialist, Phone 303-743-1214.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/DeFSO/4BD-15-A-0097/listing.html)
 
Place of Performance
Address: Multiple USPS Facilities in the Michigan District., Michigan, United States
 
Record
SN03851442-W 20150825/150823233330-a6f9ca59519cadb493aa6c012e56dfb0 (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.