SOLICITATION NOTICE
J -- INDEFINITE QUANTITY CONTRACT FOR CARIBBEAN: PUERTO RICO AND VIRGIN ISLANDS
- Notice Date
- 7/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 491110
— Postal Service
- Contracting Office
- United States Postal Service, Facilities Purchasing, Northeast Facilities Service Office, 6 Griffin Rd North, Windsor, Connecticut, 06006-0300
- ZIP Code
- 06006-0300
- Solicitation Number
- 082530-11-A-0041
- Point of Contact
- Margaret M Zorn, Phone: (860) 285-7138, Susan Lam, Phone: 860 285 7231
- E-Mail Address
-
margaret.m.zorn@usps.gov, Susan.Lam@USPS.gov
(margaret.m.zorn@usps.gov, Susan.Lam@USPS.gov)
- Small Business Set-Aside
- N/A
- Description
- The Northern Facility Construction Repair & Alteration Category Management Center (CMC) of the U. S. Postal Service (USPS) is seeking one or more contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for GENERAL CONSTRUCTION PROJECTS at leased and/or postal-owned facilities covered by the Northeast Facility Service Office PUERTO RICO AND THE VIRGIN ISLANDS. Contractors must agree to perform work in the entire geographic area of either Puerto Rico or the Virgin Islands. DESCRIPTION OF WORK: The work includes all labor, materials, equipment and services necessary for any incidental to general construction projects. Typical services include, but are not limited to: Alterations, repairs, improvements, and maintenance of USPS facilities. Examples of exterior work: Asphalt/concrete paving, installing sidewalk, curbs or gutters, excavation, waterproofing, roofing, decking, exterior painting, security fencing, landscaping. Examples of interior work: Painting, installing stud/gypsum board walls, installing lockboxes, relocating HVAC ducts or electrical outlets, plaster repairs, wood refinishing, floor replacement. SOLICITATION: The solicitation package (CD) will be made available at no cost on July 6, 2011. The solicitation will be divided into two parts: 1) Prequalification and 2) Proposal. Each contractor will be ranked based on Experience, Performance and Capabilities. Only the proposals for the most highly qualified contractors will be considered. PRE-QUALIFICATION: Pre-qualification statements will be evaluated by qualified Postal Service employees and/or Postal Service contracted professionals. Primary factors to be considered are: Company background; general construction 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. Contractors selected as being the most highly qualified will be placed on the NEFSO IQ JOC General Construction List for a period of one year. PROPOSAL: Contractors will be required to submit a Management Plan and Proposal. The multipliers will apply for the entire geographic area selected. Refer to JOB ORDER CONTRACT below for details regarding the contract type and multipliers. MINIMUM REQUIREMENTS: (1) Contractors must have an office located within the Commonwealth of Puerto Rico and/or Virgin Islands; (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 $ 3,0 00,000 ; (4) Contractors must meet minimum computer requirements; i.e., 2.3 GHz, 1,000 megabytes RD RAM or DDRSD RAM, DVD, Windows XP Professional or equal, high speed internet connection; (5) Contractors must provide a 24/7 contact; (6) Job Order Contract comparable experience; and (7) Comparable projects. 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 $500,000. Performance bonds and payment bonds 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 $9,9 00,000. 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 $25,000 to $200,000. The Postal Service may award multiple contracts for this geographic area. Small, minority-owned, and women-owned subcontracting participation is encouraged. PRE-PROPOSAL MEETING: Pre-proposal meetings will be held on Tuesday, July 19, 2011, beginning at 10:00 a.m. in the USPS Processing & Distribution Center, 585 Avenue FD Roosevelt, San Juan, PR (meet at the Postal Police Office by the customer lobby) and Thursday, July 21, 2011 Main Post Office (Postmaster's Secretary's Office), 9846 Est. Thomas, St. Thomas, Virgin Islands. Attendance is not mandatory but strongly recommended. HOW TO RECEIVE SOLICITATION PACKAGE: Interested construction contractors meeting the minimum criteria stated herein, may obtain A CD SOLICITATION PACKAGE by sending a request VIA EMAIL to Susan Lam at susan.lam@usps.gov. TELEPHONE OR FAX REQUESTS WILL NOT BE HONORED. YOU ARE ENCOURAGED TO RETURN QUALIFICATION STATEMENTS USING THE U. S. POSTAL SERVICE (FIRST CLASS MAIL, PRIORITY MAIL, OR EXPRESS MAIL). Offers may also be returned via personal hand delivery. Submissions will not be returned to the contractor. All contractors will be advised of their status within 120 days after the solicitation closes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/FP/WFSO/082530-11-A-0041/listing.html)
- Place of Performance
- Address: Postal facilites in Puerto Rico and the Virgin Islands, United States
- Record
- SN02489611-W 20110707/110705234431-db1f97fe8086cd794a8e867e0f099922 (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 |