Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1995 PSA#1485

San Bruno Facilities Service Office, 850 Cherry Avenue Fourth Floor, San Bruno, CA

Z -- UNDERGROUND STORAGE TANKS REMOVAL/REPLACEMENT AT THE RIVERSIDE, CA ARLINGTON STATION SOL 052571-96-A-0005 DUE 011196 POC S. Rao Sangana, Project Manager, (213)381-3661 EXT. 3447. The United States Postal Service, San Bruno Facilities Service Office is soliciting proposals from qualified Underground Storage Tank(UST) contractors to replace the UST at the Riverside, CA Arlington Station facility located at 10275 Hole Avenue, Riverside, CA. The estimated value of this project is between $75,000 to $150,000. The scope of work is to prepare necessary plans and specifications to remove, dispose of and replace the existing gasoline underground storage tank and all related appurtenances except as specified. The specifications shall include removal and disposal of the existing tank, replacing it with a code approved tank system, backfilling of the excavation, preparing the sub-base, base and concrete/AC paving to match the existing. Submitting the plans and specifications (after USPS approval) to the governing regulatory agency and obtain permits to replace the tank. Any changes requested by the regulatory agency shall be incorporated into the plans without any additional cost to the Postal Service. The awarded contract will consist of turn key UST replacement project and will require the obtaining, by the contactor, of all necessary permits from governing agencies, as well as the removal, disposal, replacement and clearance of all designated hazardous materials and hazardous waste. The following evaluation criteria will be used in descending order of importance for the contract award: 1. The contractor must be state certified and licensed by the (state or local) regulatory implementing agency to remove, dispose and install USTs; 2. Demonstrate a good performance record, by references and reports & statements of qualification, for the past five years as a prime general contractor in UST replacement projects; 3. Demonstration of experience of comparable types andscope of project in nearby locations of the project site over the last three years; 4. Demonstrate financial resources to be sufficient to successfully complete the project; 5. Demonstrate the firm has the organization, professional experience, accounting and operational controls, technical skills and registrations, and producion and property controls necessary for successful project completion; 6. Demonstrate satisfactory qualification of the proposed personnel to manage the subject project; 7. Demonstrate the primary firm will be capable of self-performing minimally 65% of the construction work; 8. Demonstrate satisfactory record of past performance in meeting schedules and possess the capability and resources to complete the current workload, with the addition of the project, on schedule; 9. The selected firm must have the capacity and stability to sustain the loss of key personnel without an adverse effect on current work; 10. The selected firm must demonstrate satisfactory quality control and inspection program; 11. The selected firm must demonstrate satisfactory health and safety record for past five years; 12. Short responsive time to the project site is required. Location of firms within a 50-mile radius of project site is preferred; 13. Demonstrate satisfactory professional qualifications and satisfactory general reputation of all subcontractors; 14. If a branch office, the firm must have the capability of performing independently of the main office to complete the project. Contractors interested in submitting an offer for this work must complete all requested information following a USPS furnished technical and price proposal format, which includes the above factors and bonding capability requirements (100% Performance and 50% Payment Bonds). Contractors will also be required to provide a list of subcontractors for this project. Each technical proposal will be evaluated by the contracting officer's staff. The most highly qualified firms that meet the minimum technical requirements stated above will have their price proposal evaluated. Both price and evaluation factors stated above are equally important in evaluating offers for award, but the Postal Service reserves the right to make award to the offeror offering higher prices, if their evaluation in accordance with the stated evaluation factors indicates a better value to the Postal Service. Firms not selected will be notified within sixty (60) days of receipt of their proposals. Solicitation packages will be available on December 11, 1995. There will be a $20.00 non-refundable charge for the solicitation. Requests must specify the solicitation number and be made payable to the ''USPS Disbursing Officer'' and mailed to: San Bruno Facilities Service Offic, Attn: John Fraher, 850 Cherry Avenue, San Bruno, CA 94099-0310. This is a government-owned facility. Requests for the solicitation must be in writing - no telephone request will be accepted. Offers will not be publicly opened. Offerors are encouraged to submit proposals via U S Postal Service First Class or Express Mail. The number of offers received, identity of offerors, amount of any one offer, or relative standing of offerors will not be disclosed until after award of a contract. (0339)

Loren Data Corp. http://www.ld.com (SYN# 0105 19951206\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page