Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOLICITATION NOTICE

C -- Indefinite Quantity Architect-Engineer Services Contract for Postal Facilities in the Greater Indiana District, State of Indiana

Notice Date
1/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
United States Postal Service, Facilities Purchasing, Great Lakes Facility Service Office, 62 Stratford Drive, Bloomingdale, IL, 60117-0700
 
ZIP Code
60117-0700
 
Solicitation Number
162640-02-A-0009
 
Response Due
3/1/2002
 
Archive Date
3/16/2002
 
Point of Contact
Teri Wilcox, Facilities Contract Specialist, Phone 630-295-6274, Fax 630-295-6262, - Terri Jacobsen, Purchasing Specialist, Sr., Phone 630-295-6250, Fax 630-295-6262,
 
E-Mail Address
twilcox@email.usps.gov, tjacobse@email.usps.gov
 
Description
The Great Lakes Facilities Service Office is soliciting contracts for Architect-Engineer services for Repair and Alteration projects, Site Adaptation of Standardized of CAD plans and specifications, including general A/E project investigation, design, and observation on postal owned and/or leased facilities. The U.S. Postal Service reserves the right to award more than one contract. This contract will be for tasks in the Greater Indiana District, State of Indiana. The contract will have a minimum aggregate work order value of $5,000 and will be for two (2) years, with individual work orders being issued. The contract may be renewed for three (3) one-year periods providing the total contract amount does not exceed $5,000,000. Work orders for any one project cannot exceed $250,000. Each work order will be negotiated as an individual project. Groups of projects may be assigned at one time. Any resulting contract may be bilaterally modified to meet changing Postal regulations. The Standard Building Designs include Small Standard Building Designs (SSBD) from 1,000 SF to 6,500 SF; Medium Standard Building Designs (MSBD) from 8,500 SF to 50,000 SF, Retail Store Designs (Store CAD/D) 40' x 60' and 50' x 80' prototypes, and modular site adaptation. The scope of work may also include site adaptation of custom designed facilities and other Postal Standard Plans. The general A/E scope of work will consist of investigation, design, preparation of proposal documents; project and contract administrative duties, and observation of project construction for noted project types. Submitting firms must have a minimum of Auto CAD Release 12 capability. Firms must possess a working knowledge and experience with the Architectural Barriers Compliance program (Postal Service Handbook RE-4, Standards for Facility Accessibility By the Physically Handicapped), and the Americans With Disabilities Act (ADA). Significant evaluation factors include; 1. capacity of firm to accomplish multiple projects, 2. past postal experience in repair, alteration and improvement projects, 3. proficiency in the use of Auto CAD. 4. professional qualifications of staff to be assigned to projects, 5. cost control effectiveness, and 6. workload. Firms that have the qualifications to perform the services described previously are invited to submit a completed SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project, a completed SF 254, Architect-Engineer and Related Services Questionnaire, and a completed SF 254 for each of its proposed consultants. The selection will be conducted by using the submitted SF 255 and the SF 254s. 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. Consideration will be given to firms responding to this advertisement in the following order of preference: 1. within the geographic boundary of the Greater Indiana District, 2. within the State of Indiana, and 3. out of State. Architectural and Engineering firms will be considered as 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 management of the project will be performed in that office. There is no restriction on the geographical location of consultants. Minority-owned and Women-owned Business participation is encouraged. The contract contains a requirement for firms to provide evidence of current insurance of $500,000 of errors and omissions 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 a contract for this project. No other general notification for this project will be made. Submissions will not be retained or returned. This office does not supply SF254 or SF255 forms. Offerors are encouraged to submit their proposal by one of the methods offered by the U.S.Postal Service: First Class, Priority or Express Mail. Submittals must be postmarked no later than March 1, 2002. This is not a request for proposal.
 
Record
SN20020130/00019524-020128210416 (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.