Trade Leads

CONSTRUCTION SERVICES NEEDED
USPS Job Order / Indefinite Quantity Contract for New York Metro / Long Island Maintenance, repair, and alteration of real property NAICS Code: 491 -- Postal Service/491110 -- Postal Service The Northern Facility Construction Category Management Team (NFCCMT) of the U. S. Postal Service (USPS) is seeking up to ten general construction contractors for an Indefinite Quantity Job Order Contract (IQ JOC) for GENERAL CONSTRUCTION PROJECTS at leased and/or postal-owned facilities in the New York Metro / Long Island (Counties of Bronx, Kings, Nassau, New York, Queens, Richmond and Suffolk). DESCRIPTION OF WORK: An IQ JOC performs a series of individual projects at different Postal Service facilities based on proposals from a Unit Price Book containing over 100,000 construction tasks with preset unit prices. All unit prices are based on local labor, material and equipment prices including the current prevailing wages. Proposals also include Technical Specifications which set forth the quality of workmanship and quality of materials required for the construction tasks. The construction cost and performance time for each individual Job Order/Work Order issued under the contract will vary. Construction activities may occur in operating mail-handling facilities (possibly 24 hours per day/7 days per week) and in such a case, construction activities must not interfere with postal operations. The work includes all labor, materials, equipment and services necessary for any incidentals 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 November 3, 2014. The solicitation will be divided into two parts: 1) Technical Qualification Statement and Management Plan and 2) Cost Proposal. The Technical Qualification Statement and Management Plan package will be evaluated prior to the Contractor Cost Proposal. Each contractor will be ranked based on experience, performance and capabilities. Only the proposals for the most highly qualified contractors will be considered. QUALIFICATION: 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, company 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 Technical Qualification Statement Package, Management Plan, and Cost 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 50 miles of the geographic area listed above; (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; (4) Contractors must be fully licensed to perform construction work in the geographic area, if applicable; (5) Contractors must provide a 24/7 contact; and (6) Comparable and Job Order Contract project experience. JOB ORDER CONTRACT: The contract is a unit price standard type arrangement for a two-year period with two possible two-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 $9,900,000. 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 $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: A pre-proposal meeting will be held on Tuesday, November 18, 2014, beginning at 10:00 a.m. at the United States Postal Service Jersey BMC, Supervisors' Entrance, 80 County Road, Jersey City, New Jersey. 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 Lynn Swider at lynn.f.swider@usps.gov. Requests must include company name, contact person, street address, email address, telephone and fax numbers. 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). Submissions will not be returned to the contractor. All contractors will be advised of their status within 120 days after the solicitation closes. Contracting Office Address: 6 Griffin Road North Windsor, Connecticut 06006-7003 United States Place of Performance: New York Metro / Long Island (Counties of Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk) United States Primary Point of Contact.: Lynn F. Swider, Facilities Contract Specialist lynn.f.swider@usps.gov Phone: 860 285-7229 Fax: 860 285-1233 Secondary Point of Contact: Margaret M Zorn, Purchasing & Supply Management Specialist margaret.m.zorn@usps.gov Phone: (860) 285-7138 Fax: 860) 285-1233