Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2021 SAM #7266
SOLICITATION NOTICE

35 -- USPS IQ AE Services - LA, OK and AR

Notice Date
10/21/2021 2:00:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
SUPPLIES MATERIAL MGMT PHILADELPHIA PA 19197 USA
 
ZIP Code
19197
 
Solicitation Number
104267-22-A-0001
 
Response Due
12/2/2021 12:00:00 PM
 
Archive Date
05/01/2022
 
Point of Contact
Christopher Gaj, Phone: 8602857015, Paige Lyne, Phone: 3363171322
 
E-Mail Address
cgaj@usps.gov, Jacquelyn.p.lyne@usps.gov
(cgaj@usps.gov, Jacquelyn.p.lyne@usps.gov)
 
Description
The Facilities Construction CMT-IDIQ of the United States Postal Service is soliciting proposals for an IQ AE Services in the Southern United States to include (Louisiana, Oklahoma and Arkansas). Please see attached Summary of Work. The solicitation will open 10/21/2021 on USPS eSourcing COUPA (see How to Participate below) and close on 12/02/2021.� The Postal Service bases contract award decisions on best value.� Technical evaluation factors are MORE important than price. Award will be made to that Offeror whose proposal contains the combination of technical factors offering the overall best value to the Postal Service. This will be determined by comparing differences in the value of technical and/or management features with differences in price. The Postal Service is more concerned with obtaining superior technical or management features than with making an award at the lowest overall price. However, the Postal Service will not make an award at a significantly higher overall price to achieve slightly superior technical or management features. The suppliers with the highest technical capability will be short-listed for negotiations per the Brooks Act. The CO in conference with the technical review team will determine if oral presentations are needed prior to conducting a consensus review. Offerors are advised that award will only be made to those offerors whose proposal provides the combination of features that offers the best or greatest overall value. In order to fulfill recurring needs within the advertised areas, multiple IDIQ contracts will be awarded in each service area. �IDIQ�s are generally used for recurring types of A-E services where procurement of these services individually by normal announcement, selection, negotiation, and award procedures would not be economical or timely.�Task orders for particular projects will be negotiated and issued under the terms and conditions of the master contract. The IDIQ contract type is being utilized as these are �service based� requirements requiring negotiated rates with each supplier.� The team will then issue multiple IDIQ master contracts in response to the requirement needs; the master contract will state that all work issued from the contract will be Firm Fixed priced. � MINIMUM REQUIREMENTS: Technical Proposal Package:� 1. Cover Sheet � Point of Contact & Company Information (Company letterhead) 2. Table of Contents � (Company letterhead) 3. Executive Summary Statement (Company letterhead) 4. Pass/Fail Requirements 5. SF330 ARCHITECT-ENGINEER QUALIFICATIONS PACKAGE 6. Geographic Preference Form 7. Narrative Response to Evaluation Factors Offeror�s Package: � 1. Offer & Award Sheet 2. Acknowledgment of Amendments (if applicable) 3. Provision 4-1, Standard Solicitation Provisions (Section A.9) Past Performance Information should be included in ���� the SF330 A-E Qualifications Package. 4. Provision F-202, Key Personnel (Contract Management Purposes) 5. Provision 4-3, Representations and Certifications 6. Provision 9-1, Equal Opportunity Affirmative Action Program 7. Provision F-401, Authorized Negotiators (Negotiation Purposes) Terms & Conditions:� Acknowledgement of Solicitation Amendments (if applicable), Solicitation Provision F-202: Key Personnel; Provision 4-3: Representations and Certifications (Section A., B., E.); Provision 9-1: Equal Opportunity Affirmative Action Program; and Provision F-401: Authorized Negotiators. Form VETS-4212 Documentation is required. If you are not registered with Department of Labor Report System, you must register on the DOL website at:� https://www.dol.gov/vets/vets4212.htm and provide proof of registration. Contractor will be responsible for coordination of all work in a manner that will not interfere with operations and coordinate all work related to this phased project with the Facility Manager or designee.� The successful offeror will be bound by the Contractor's Screening Requirements.� Offerors must familiarize themselves with the requirements of Clause F-102. HOW TO PARTICIPATE IN THE OPPORTUNITY � All proposals must be submitted online in USPS eSourcing COUPA (https://ebuyplus.coupahost.com/sessions/supplier_login) USPS eSourcing COUPA is a web-based electronic solicitation platform. If your organization wishes to participate in this solicitation, please see the attached COUPA registration instructions.� If you have any questions on the registration process, contact Chris Gaj at cgaj@usps.gov or (860) 285-7015 or Paige Lyne at Jacquelyn.P.Lyne@usps.gov or (336-665-2810). Once you complete the registration process, the Postal Service will review the entry within seven (7) business days to ensure it is complete and accurate. Upon approval, you will be notified via e-mail of your log-in credentials.� Once you are registered or if your company is already registered in COUPA, please contact Chris Gaj at cgaj@usps.gov or (860) 285-7015 or Paige Lyne at Jacquelyn.P.Lyne@usps.gov or 336-665-2810 to request an invitation to bid. Separate electronic messages will be sent inviting you to participate in the solicitation and notifying you when the event is opened. Each organization must ""accept"" the Invitation in order to access documents in COUPA.� CLOSING TIME WILL NOT BE EXTENDED DUE TO OPERATOR INABILITY WITHIN COUPA. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d0beff1cd4f349c38ab9aa2979b00c0f/view)
 
Place of Performance
Address: Washington, DC 20260, USA
Zip Code: 20260
Country: USA
 
Record
SN06162245-F 20211023/211021230122 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.