Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2003 FBO #0690
SOLICITATION NOTICE

C -- A/E Services for R&A & SSBD/MSBD Projects

Notice Date
10/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
United States Postal Service, Facilities Purchasing, Eastern Facilities Service Office, PO Box 27497, Greensboro, NC, 27498-1103
 
ZIP Code
27498-1103
 
Solicitation Number
362575-04-A-0003
 
Response Due
11/13/2003
 
Archive Date
1/30/2004
 
Point of Contact
Joan Robinson, Facilities Contract Specialist, Phone (336) 665-2817, Fax (336) 665-2836,
 
E-Mail Address
joan.robinson@usps.gov
 
Description
This advertisement is for Architectural-Engineering Services for two types of projects: (1) MSBD/SSBD (new construction) and (2) Repair and Alterations (R&A) projects. One contract will be awarded for MSBD and R&A projects combined. To be considered a firm must be willing to perform services required under both types of projects. At the discretion of the contracting officer, contracts may be awarded to more than one A/E firm, and in each district or in several districts combined. The area of the contract will cover postal facilities in the Kentuckiana District, which includes counties in Indiana & Kentucky. The contract will be for a base term of one year. The contract may be renewed for four, one-year renewal option periods. Individual work orders will be negotiated for each project. Work orders for any one project cannot exceed $500,000. The total contract amount over the five-year period cannot exceed $5,000,000; minimum contract amount is $5,000. SSBD/MSBD project types include site adaptation of USPS CADD based standard plans for new facilities, expansions to existing facilities, and larger repair and alteration projects. Repair & Alteration (R&A) projects: One or more IQC for the design, preparation of contract documents, contract administration, and inspection services for repair and alteration projects. Architectural and engineering firms will be considered only if their sole office is in the local geographical area or thy have a local branch office and all the architectural design, coordination, and management of the project will be performed in that office. Consultants do not have a geographic location restriction. The prime firm must have a minimum of one structural engineer, civil engineer, mechanical, and electrical engineer-all licensed in the area of the project. Minimum acceptable engineering complement of the consultants consists: one electrical engineer, one mechanical engineer, one structural engineer, and one civil engineer-all being licensed in the covered area. The contract contains a requirement for firms to provide evidence of current errors and omissions insurance of at least $200,000 per claim. Participation of minority-owned and woman-owned businesses in U.S. Postal Service architect-engineer selections is encouraged. 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. Firms that have the qualifications to perform the services described herein are invited to submit two (2) copies each of completed SF255, Architect-Engineer and Related Services Questionnaire for Specific Project; SF 254, Architect-Engineer and Related Services Questionnaire for itself and for each of its proposed consultants to the office shown above, attention David Calkins no later than November 13, 2003. Firms must also submit a statement that addresses the following questions: (1) How long has the ?technical team? been working together? Provide resumes on the members of the technical team, as well as details on how the technical team will be structured and managed; (2) What experience does the technical team have in the area of sustainable development? Provide information on specific projects; (3) Provide specific examples of projects completed for new construction as well as repair and alteration projects. The selection will be conducted with the combined use of the submitted SF 255 and SF 254, and responses to questions stated above. Interested firms with more than one office must indicate on its SF 255 the staffing composition of the office in which the work will be performed. Firms must have a minimum of two registered architects, and have a minimum of two years AutoCadd experience. Submittals will not be retained or returned. This is not a request for proposals.
 
Place of Performance
Address: KENTUCKIANA DISTRICT
 
Record
SN00453436-W 20031018/031016213329 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.