Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

Z -- IQ AE Services - Multiple Areas

Notice Date
5/22/2020 6:21:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
SUPPLIES MATERIAL MGMT PHILADELPHIA PA 19197 USA
 
ZIP Code
19197
 
Solicitation Number
104267-20-A-0009
 
Response Due
7/6/2020 12:00:00 PM
 
Archive Date
07/21/2020
 
Point of Contact
Chris Gaj, Phone: 8602857015, James Fisher, Phone: 2022686613, Fax: 2022683906
 
E-Mail Address
Christopher.p.gaj@usps.gov, james.a.fisher@usps.gov
(Christopher.p.gaj@usps.gov, james.a.fisher@usps.gov)
 
Description
The United States Postal Service (Postal Service) seeks to award multiple firm fixed price indefinite delivery, indefinite quantity (IDIQ) contracts for architect and engineering professional services. PLEASE NOTE - This announcement is the only source by which the official solicitation package can be obtained. Questions MUST be submitted no later than one week prior to the solicitation closing date. Performance Area* The desired services are required from highly qualified firms licensed to perform in the following state(s). Offerors must select the area in which they would like to provide service (Geographic Preference Form). New York Metro Connecticut Rhode Island Maine West Virginia Michigan Iowa Illinois Tennessee Alabama Montana North Dakota South Dakota Specific performance areas will be outlined in the solicitation. The required services are for facilities-related investigative services, facilities-related design services and construction support services for construction projects located primarily within, but not limited to, a 300 mile radius of the awardee�s location. � Scope of Services The types of construction projects this contract will relate to include, but are not limited to, new construction of Postal Service facilities, leased or owned, on property owned, or controlled by, the Postal Service, building renovations at Postal Service-owned facilities and facilities leased and controlled by the Postal Service, general repair and alteration, site asphalt and/or concrete repair and replacement, masonry repair and replacement, other building envelope material repair and replacement, structural repairs and replacements, building moisture protection, interior renovations, layout modifications and reconfigurations, fire suppression system modifications, plumbing system repairs and replacements (interior and exterior), �roof repair and replacement, heating, ventilation and air conditioning repair and replacement, closed circuit television systems repair and replacement, intrusion detection system repair and replacement, electrical system repair and replacement, and other facilities-related types of projects not specifically listed herein. The Postal Service occupies approximately 33,000 facilities in the United States and its territories, of which approximately 8,300 are owned by the Postal Service. It is the 8,300 Postal Service-owned facilities within which the majority of Postal Service-funded projects will take place. Generally, the size of these 8,300 Postal Service-owned facilities ranges from very small modular buildings of between 500 and 1,500 square feet to the few, very large processing centers that can be 1,500,000 square feet. Of these 8,300 Postal Service-owned facilities, approximately 3,600 of them range in size between 10,000 square feet and 50,000 square feet. Contract Type & Period of Performance The Postal Service intends on awarding multiple IDIQ contracts (up to three awards in each area if needed). The IDIQ contracts will have a minimum value of $10,000 which represents the minimum value of work the Postal Service is required to order and the contractor shall deliver under each IDIQ contract. The maximum amount of work which may be required from any one work order (aka task or delivery orders) under this contract is $10,000,000.� However, the total amount of all Work Orders under all contracts awarded under this solicitation shall not exceed $10,000,000 for the 10 year period of performance.� The awarded contracts will have a two-year base ordering period with four (4) two-year options. The base (master agreement) IDIQ contract will establish the terms and conditions within which work will be performed, and under which individual project-specific work orders will be issued. Projects/Service are issued on an �as needed� basis. �Per the terms and conditions of this solicitation the Postal Service reserves the right to compete work orders among some or all suppliers holding contracts for the same or similar services and the decision to compete orders lies solely with the Postal Service and is not guaranteed. Evaluation Information and Criteria Contracts may be awarded for one state, multiple states, or all the aforementioned states. The USPS reserves the right to select more than one firm. Firms, which possess the qualifications to perform the services described, are invited to submit a completed Offerors Package no later than: July 6, 2020 @3pm EST. � Interested firms MUST send an email including the firm name, area of interest and a point of contact to cgaj@usps.gov. Information on how to obtain the solicitation and instructions detailing how to submit your proposal will be provided upon receipt of the requested information. Requests made via PHONE WILL NOT BE ACCEPTED. � In order to participate, you must be registered in our eSourcing database:� Emptoris.� To register log on to:� Sourcing Link for Suppliers:� http://about.usps.com/suppliers/becoming/registration.htm The USPS Supplier Registration Guide and a Supplier FAQ document are also available at this site. Click on the Register Supplier Organization link, in the top right corner.� Registration may take 1-2 weeks.� List all the states that you do business in.� Once you receive the approval email, please forward the email to me at: cgaj@usps.gov and I will send you an invitation to open solicitations in states where your company does business. � Primary NAIC code for FCR&A solicitations 236220 Commercial and Institutional Building Construction Sub Category 238160 Roofing Contractors Sub Category 238210 Electrical Contractors Sub Category 238220 Plumbing, Heating, and Air-Conditioning Contractors If you need assistance with registering, contact the eSourcing Help Desk via email at K3CGP0@usps.gov or call 800-332-0317, select option 4, then option 5. � � The ability to meet selection criteria will be established for a firm or specific branch office of a firm with a combined use of the Standard Form 330, Architect-Engineer Qualifications, Part I: Contract-specific Qualifications and Part II: General qualifications of a firm or a specific branch office of a firm. In addition, firms will be required to address ALL evaluation criterion listed in the solicitation package. A separate Part II will be required for each branch office AND each Consultant that has a key role on the team. Contrary to the general instructions, this office does not maintain a file of Part II submittals due to space limitations. In Part I, you must limit the number of projects listed to ten (10) projects only. There is no page limit for the SF330's; however the evaluation criterion are limited to a total of 30 pages. All submissions must be in Adobe format. Paper submissions are NOT required and will NOT be accepted for this solicitation. Evaluation criteria: 1) Location of Firm | Core Work Type | Firm Stability and Health 2) Experience with Projects Across a Diverse Facilities Portfolio 3) Past Experience 4) Key Personnel ��� �5) Contract Management Plan ��� �6) Corporate Design Standards | Cost Control | Quality Control ��� �7) Technology | Innovation | Sustainability and Energy Consumption ��������� Reduction ���� 8) Personnel Ratio - Subcontracted Services � ����������������������� Submission Requirements A-E Qualifications must be submitted on Standard Form 330(SF330), revised 8/2016. It may be obtained from the U.S. General Services Administration (GSA) Form Library at the following website: https://www.gsa.gov/forms-library/architect-engineer-qualifications The SF330 shall be completed in accordance with the instructions provided in the form and any additional instructions provided in the solicitation. A-E firms must have a DUNS number. Include firm's DUNS number in SF330 PART I, Section B, Block 5. A DUNS number may obtained by calling Dun and Bradstreet at 866-705-5711 or via the internet at https://fedgov.dnb.com/webform. Download and review the solicitation package and complete all required items. Return all documents in the format(s) requested. Submission Format � The SF330 Parts I and II shall include any information the firm feels may be of benefit to it in the evaluation and selection process. The eight (8) pages of instructions are not required to be submitted as part of the SF 330. � Provide a Table of Contents and use tab sheets to separate each section within the SF330. The Table of Contents and the tab sheets will not count against the maximum page count for the SF330 PART I & II. b. When supplying information for forms, fonts should be Times New Roman no smaller than 12 points. Pages shall be 8-1/2 inches by 11 inches. Submit all required documents from Solicitation # 104267-18-A-0015 (including attachments). Failure to provide all required documents as requested may result in non-consideration of your proposal. Submission Deadline � The proposal shall be received on or before 3:00 PM on July 6, 2020. The proposals will be submitted electronically � submission information will be provided to offerors. Proposals received after the due time prescribed in the RFP may be accepted at the discretion of the United States Postal Service � Emptoris does NOT provide verification of receipt of your proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e9921e20de224758a050bf078bc5b52b/view)
 
Place of Performance
Address: Washington, DC 20260, USA
Zip Code: 20260
Country: USA
 
Record
SN05669112-F 20200524/200522230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.