Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
PRESOLICITATION NOTICE

C -- IQC A/E SERVICES FOR SACRAMENTO DISTRICT

Notice Date
1/9/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
United States Postal Service, Facilities Purchasing, Pacific Facilities Service Office, 395 Oyster Point Blvd Suite 225, South San Francisco, CA, 94099-0300
 
ZIP Code
94099-0300
 
Solicitation Number
052571-02-A-0010
 
Response Due
2/6/2002
 
Archive Date
2/21/2002
 
Point of Contact
John Fraher, Purchasing Specialist, Phone (650) 615-7214, Fax (650) 615-7243, - Grace Batesting, Staff Secretary, Phone 650-615-7206, Fax 650-615-7243,
 
E-Mail Address
jfraher@email.usps.gpov, gbatesti@email.usps.gov
 
Description
The U. S. Postal Service intends to award one or multiple Indefinite Quantity Contract(s) (IQC) for architect/engineer services for projects located in Sacramento District, which includes the following counties in Sacramento: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, PORTION OF EL DORADO, GLENN, LASSEN, NEVADA, PORTION OF PLACER, PLUMAS, SACRAMENTO, SAN JOAQUIN, SHASTA, PORTION OF SIERRA, SISKIYOU, PORTION OF SOLANO, STANISLAUS, SUTTER, TEHAMA, PORTION OF TRINITY, TUOLUMNE, YOLO, YUBA. The contract(s), with no minimum guaranteed amount, will be for two years with three one-year renewal options providing the total contract amount does not exceed $2,500,000. The contract(s) cannot exceed $500,000 for each 12-month period. Individual work orders will be issued under the contract(s). Each work order will be negotiated as a single project. Work orders for any one project cannot exceed $100,000. The work will consist primarily of design for repair and alterations, building surveys, feasibility studies, reports, construction administration, cost estimating and preparation of contract documents. Firms that have the qualifications to perform the services are invited to submit a complete and current SF-254 ?Architect-Engineer & Related Services Questionnaire,? a complete and current SF-255 ?Architect-Engineer & Related Services Questionnaire for Specific Project,? and a complete and current SF-254 for each consultant. The selection process will be conducted using the information contained in the submitted SF-254?s and SF-255?s. Interested firms with more than one office must indicate on their SF-255 the staffing composition of the office in which the work will be performed. The primary factors for consideration are: 1) Local firms (within 30 miles of Sacramento, CA) licensed by the State of California. A-E firms will be considered local only if their sole office is in the local geographical area or they have a local branch office and all the architectural design, coordination and project management will be performed in that office. 2) Prime firm must have a minimum of two registered architects and a minimum total staff of eight. The prime firm or consultants must have a minimum of 1 structural engineer, 1 civil engineer, 2 mechanical engineers (1 HVAC, 1 plumbing), and 1 electrical engineer. 3) Current SF-254 and SF-255. Other factors for consideration are: 1) Firm established at least two years. 2) Experience with miscellaneous repair and alteration projects. 3) Professional qualifications of A/E staff and consultants to be assigned to expedite work orders. 4) Capacity to finish work orders in specified time limits. 5) Cost control effectiveness. 6) Volume of work. 7) Incorporation of energy conservation measures to assure maximum efficiency. 8) Ability for CADD design services. 9) Minimum of $200,000 in liability insurance. Consultants do not have a geographical location restriction. The contract(s) contains a requirement for firms to provide evidence of current errors and omissions coverage for at least $200,000 per claim. It is prohibited to pay any fee, commission, percentage, or brokerage fee to any person or firm contingent upon, or resulting from, award of contract(s) for these services. Participation of minority-owned and women-owned business in U.S. Postal Service architect-engineer selections is encouraged. No other general notification for these services will be made. Submittals will not be retained or returned. You are encouraged to send your submittals via the U.S. Postal Service. Please note the solicitation number on the outside of your submittal This is not a request for proposal.
 
Place of Performance
Address: SACRAMENTO DISTRICT
 
Record
SN20020111/00013114-020110090623 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.