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