SOLICITATION NOTICE
Z -- Indefinite Quantity Job Order Contract for the Cincinnati OH Area
- Notice Date
- 5/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 491110
— Postal Service
- Contracting Office
- United States Postal Service, Facilities Purchasing, Eastern Facilities Service Office, PO Box 27497, Greensboro, North Carolina, 27498-1103
- ZIP Code
- 27498-1103
- Solicitation Number
- 362575-10-A-0012
- Archive Date
- 6/30/2010
- Point of Contact
- Sharon Weber,
- E-Mail Address
-
sharon.k.weber@usps.gov
(sharon.k.weber@usps.gov)
- Small Business Set-Aside
- N/A
- Description
- The Eastern Facilities Service Office (EFSO) of the U. S. Postal Service is seeking construction contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for repair and alteration projects at postal facilities in the Cincinnati OH area. The Cincinnati OH geographic area includes counties in Ohio, Kentucky, and Indiana, as shown below. Contractors must be licensed to perform this type of work in the entire geographic area and must agree to perform work in the entire geographic area. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for a wide range of repair and alteration projects in Postal Service leased or owned facilities. SOLICITATION: The solicitation will be divided into three parts: 1) qualification; 2) cost proposal, and 3) management plan. The qualification package will be evaluated prior to review of the cost proposal and management plan. Each contractor will be ranked based on Experience, Performance and Capabilities. Only the proposals for the most highly qualified contractors will be considered. QUALIFICATION: The qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contracted professionals. Primary factors to be considered are: company background; contract experience; indefinite quantity/job order contract experience; financial stability; capacity to perform - with emphasis on multiple projects at one time; timely completion history; references; bonding capacity; and safety. PROPOSAL: Contractors will be required to submit a Management Plan and Cost Proposal. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. The multipliers will apply for the entire geographic area. Contractors will also be given the option to provide separate multipliers for the Leased Space Accessibility Program (LSAP). MINIMUM REQUIREMENTS: (1) Contractors must be fully licensed to perform construction work in the entire geographic area. (2) Contractors must have been in the construction business, under the firm’s present name, for a minimum of five consecutive years. (3) Contractors must provide proof of bonding with a minimum aggregate dollar amount of $3,000,000 or more. (4) Contractors must meet minimum computer requirements; i.e., 2.3 GHz, 1 GB Ram, DVD, Windows XP Professional or equal, and high speed internet connection. (5) Contractors must provide a 24/7 contact name and phone number. If contractors do not have an office in the geographical area, they must provide information on how the contract would be administered from outside the geographic area. JOB ORDER CONTRACT: The contract is a unit price standard type arrangement for a one-year period with four possible one-year renewal options. The initial contract value will be $1,000,000. Performance bonds and payment bonds, as well as a Sub-Contracting Plan, will be required from the successful offeror(s). The contract amount may be increased, by modification and with an appropriate increase in bonding, up to $9,900,000. The minimum work to be ordered under the contract is $10,000. The maximum amount of any work order is $750,000. The work order amount is typically within a range of $10,000 to $150,000. (The work order amount for LSAP work is typically within a range of $5,000 to $10,000.) The Postal Service may award multiple contracts for the geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held on Friday, May 28, 2010, at 10:00 AM EDT. The meeting will be held at the USPS Columbus P&DC, 850 Twin Rivers Drive, Room 103A, Columbus OH. Attendance at this meeting is not mandatory, but is strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested CONSTRUCTION CONTRACTORS, meeting the minimum criteria stated herein, may obtain a Solicitation package in a CD format by sending a request via email to Sharon Weber at sharon.k.weber@usps.gov. Please reference the solicitation number in your email request. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. Offerors are encouraged to submit their proposals by one of the methods offered by the U.S. Postal Service: First Class, Priority, or Express Mail. Submittals will not be returned. All contractors will be advised of their status within 90 days after the solicitation closes. LISTING OF COUNTIES IN OHIO: Adams, Brown, Butler, Champaign, Clark, Clermont, Clinton, Darke, Fayette, Greene, Hamilton, Highland, Madison, Miami, Montgomery, Preble, Union, and Warren. LISTING OF COUNTIES IN INDIANA: Dearborn, Franklin, Ohio, Ripley, Switzerland, and Union. LISTING OF COUNTIES IN KENTUCKY: Boone, Bracken, Campbell, Carroll, Fleming, Gallatin, Grant, Harrison, Kenton, Mason, Pendleton, and Robertson.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/MAFSO/362575-10-A-0012/listing.html)
- Place of Performance
- Address: Cincinnati OH Area, United States
- Record
- SN02147637-W 20100514/100512235046-215af29bda3da23dfeb429f53c3b91c9 (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 |