Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1996 PSA#1701

Facilities Service Office, U.S. Postal Service, 850 Cherry Ave., San Bruno CA 94099-0300

Z -- UNDERGROUND STORAGE TANKS REMOVAL/REPLACEMENT AT THREE POSTAL FACILITES-BAKERSFIELD, CA VMF, BAKERSFIELD, CA SOUTH STATION AND VISALIA, CA MAIN OFFICE SOL 052571-97-A-0010 DUE 111896 POC Grace Batesting, Contracts Secretary, 415/794-6336 or John J. Fraher, Purchasing Specialist, 415/794-6337. The United States Postal Service, San Bruno Facilities Service Office, is soliciting proposals from qualified Underground Storage Tank (UST) contractors to replace the USTs at three postal facilities: Vehicle Maintenance Facility, 3400 Pegasus, Bakersfield, CA; South Station, 3200 Larson Lane, Bakersfield, CA and Main Office, 2345 West Beech Street, Visalia, CA. The Postal Service reserves the right to make one award or multiple awards based on the best value to the Postal Service. The estimated value of the total of these projects is $200,000 to $300,000. The scope of work is to provide and install complete design/build (turn-key) services, including but not limited to necessary design, engineering, coordination, permitting, supervision, labor, materials, equipment, transportation, etc. for the removal and/or replacement of the USTs in accordance with all local, state and federal codes and ordinances. Submitting the plans and specifications (after USPS approval) to the governing regulatory agency and obtaining permits to replace the tank(s). Any changes requested by the regulatory agency shall be incorporated into the plans without any additional cost to the Postal Service. The awarded contractor will be required to obtain 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 and statements of qualification, for the past five years as a prime general contractor in UST replacement projects; 3. Demonstration of experience of comparable types and scope 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 production 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 the past five years; 12. Short responsive time to the project 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 October 17, 1996. There will be a $25.00 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 Office, Attn: John Fraher, 850 Cherry Ave., San Bruno, CA 94099-0310. 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, Priority 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 contract. The Postal Service reserves the right to reject any and all offers. (0285)

Loren Data Corp. http://www.ld.com (SYN# 0102 19961015\Z-0001.SOL)


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