|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1997 PSA#1989Facilities Service Office, U.S. Postal Service, 395 Oyster Point Blvd.,
South San Francisco, CA 94099-0300 Z -- INDEFINITE QUANTITY CONTRACTS FOR ASBESTOS AND LEAD-BASED PAINT
ABATEMENT IN CALIFORNIA AND HAWAII SOL 052571-98-A-0004 DUE 011398 POC
John Fraher, Purchasing Specialist or Grace Batesting, Contract
Assistant, (650)615-7206 The U. S. Postal Service is soliciting
proposals for one or more indefinite quantity contracts (IQC) for
asbestos and lead-based paint abatement projects at various USPS-owned
and leased facilities located in the following areas: (1) Honolulu
District (excluding Guam and Saipan), (2) Northern California --
Oakland, Sacramento, San Franciso and San Jose Districts, and (3)
Southern California -- Long Beach, Los Angeles, San Diego, Santa Ana
and Van Nuys Districts. Offerors can submit proposals on any or all 3
areas. The work will include but not be limited to: 1) Removal,
transportation and disposal of asbestos-containing materials,
reapplication of non-asbestos-containing materials, and reinsulation
with approved non-asbestos-containing materials; and 2) Removal,
transportation and disposal of lead-based paint materials, and the
reapplication of non-lead-based paint materials. Contract term will be
two years. Quantity of work ordered will not be less than $10,000 nor
more than $500,000. The contract contains option(s) to increase the
maximum dollar value of orders which can be placed to $2,500,000.
Multiple awards may be made for a particular area listed above. A
two-step solicitation method will be used. Contractors will submit two
proposals- Technical Proposal and Price Proposal. Only those
contractors who satisfactorily demonstrate the required technical
qualifications will have their price proposal evaluated. The technical
evaluation will consist of the following factors: 1) Minimum of two
years recent experience as a prime contractor in commercial and/or
industrial asbestos and lead abatement and demonstrated successful
completion of contracts of similar size and scope; 2) Demonstrated
injury, illness and prevention program; employee medical surveillance
plan; and respirator maintenance program; 3) Demonstrated
employee/supervisor AHERA and certified lead-based paint abatement
training; 4) Favorable client references; 5) Financial stability; 6)
Firm's capacity. Offerors are required to submit a single multiplier to
be applied to unit prices to determine the value of each work order
issued. The multiplier must contain the offeror's overhead, profit,
bonds, insurance and all other contingencies. No allowance of such
items will be made after contract award. The minority subcontracting
goal for these contracts will be 10%. Performance and payment bonds
along with evidence of current state asbestos contractor's license,
hazardous waste transportation hauler certificate and minimum liability
insurance of $1,000,000 must be received within ten days after issuance
of intent-to-award letter. The Postal Service does not accept
individual sureties. There is a non-refundable charge of $50.00 for the
plans and specifications. Please make check or money order payable to
"USPS Disbursing Officer", and note the solicitation number on the
check. Sealed offers are due by 3:00 PM on the date shown above. Offers
will not be publicly opened and all proposal information will remain
confidential until contract awards. Offerors are encouraged to submit
their proposals via U. S. Postal Service First Class, Priority or
Express Mail. (0339) Loren Data Corp. http://www.ld.com (SYN# 0107 19971210\Z-0010.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|