Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
MODIFICATION

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

Notice Date
10/20/2003
 
Notice Type
Modification
 
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
11/19/2003
 
Archive Date
11/30/2003
 
Point of Contact
Joan Robinson, Facilities Contract Specialist, Phone (336) 665-2817, Fax (336) 665-2836,
 
E-Mail Address
joan.robinson@usps.gov
 
Description
REVISED SOLICITATION CONTENT, DISREGARD PREVIOUS CONTENT. This advertisement is for Architectural-Engineering Services for two types of projects: Renovation & Alterations for Small and Medium Standard Building Design: One or more Indefinite Quantity Contracts for Architect-Engineer Services for the design, preparation of contract documents, contract administration, and inspection services for new construction of postal facilities within the Kentuckiana District. Said area includes the following counties within the State of Kentucky and Southern Indiana: COUNTIES IN KENTUCKY - Adair, Allen, Anderson, Ballard, Barren, Bath, Bell, Boone, Bourbon, Boyd, Boyle, Bracken, Breathitt, Breckinridge, Bullitt, Butler, Caldwell, Calloway, Campbell, Carlisle, Carroll, Carter, Casey, Christian, Clark, Clay, Clinton, Crittenden, Cumberland, Daviess, Edmonson, Elliott, Estill, Fayette, Fleming, Floyd, Franklin, Fulton, Gallatin, Garrard, Grant, Graves, Grayson, Green, Greenup, Hancock, Hardin, Harlan, Harrison, Hart, Henderson, Henry, Hickman, Hopkins, Jackson, Jefferson, Jessamine, Johnson, Kenton, Knott, Knox, Larue, Laurel, Lawrence, Lee, Leslie, Letcher, Lewis, Lincoln, Livingston, Logan, Lyon, Madison, Magoffin, Marion, Marshal, Martin, Mason, McCracken, McCreary, McLean, Meade, Menifee, Mercer, Metcalfe, Monroe, Montgomery, Morgan, Muhlenberg, Nelson, Nicholas, Ohio, Oldham, Owen, Owsley, Pendleton, Perry, Pike, Powell, Pulaski, Robertson, Rockcastle, Rowan, Russell, Scot, Shelby, Simpson, Spencer, Taylor, Todd, Trigg, Trimble, Union, Warren, Washington, Wayne, Webster, Whitley, Wolfe, and Woodford. COUNTIES IN INDIANA ? Clark, Crawford, Floyd, Gibson, Harrison, Jackson, Jefferson, Lawrence, Orange, Perry, Pike, Posey, Spencer, Vanderburgh, Warrick, and Washington. The contract will be for a base term of one year, with four one-year renewal options. 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 total contract amount is $5,000. Firms that have the qualifications to perform the services described 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 proposed consultant. 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 project specific experience does the technical team have in working together and provide areas of expertise for each team member. (3) What experience does the team have in new construction projects using prototypical designs and specifications? Provide information on specific projects. (4) What experience does the team have in renovations projects? Provide information on specific projects. (5) What experience does the team have in environmental and/or historical preservation projects? Provide information on specific projects. (6) What experience does the team have for emergency response projects? Provide information on specific projects. Provide typical office information on work hours, days of operation and emergency contact information. The "technical team" consists of all architects, engineers, project managers and construction administrators that will be directly assigned to support this contract. Firms will be evaluated by using the submitted SF-254, SF-255, and the statement. 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 the firms responding to this advertisement in accordance with the instructions in the following order of preference: (1) firms located within the Kentuckiana District as indicated by the counties above; (2) firms located outside the Kentuckiana District. 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 that has been in operation for a minimum of three years 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. The minimum acceptable architect complement of the local prime firm is two licensed architects in the covered areas as indicated by the counties above. The minimum acceptable engineering complement of the consultants consists of one electrical engineer, one mechanical engineer, one structural engineer, and one civil engineer, all being licensed in the covered areas as indicated by the counties above. The contract contains a requirement for firms to provide evidence of current errors and omissions insurance of $200,000 per claim. At the discretion of the Contracting Officer, multiple awards may be awarded. 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. No other general notification for this project will be made. Submissions will not be retained or returned. This is not a request for proposal.
 
Place of Performance
Address: KENTUCKIANA DISTRICT
 
Record
SN00454897-W 20031022/031020213736 (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.