Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2003 FBO #0758
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL _ ENGINEERING SERVICES IN THE STATE OF MINNESOTA AND IN WISCONSIN ZIP CODE AREAS 540, 546-548

Notice Date
12/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
United States Postal Service, Facilities Purchasing, Denver Facilities Service Office, 8055 E Tufts Ave Suite 400, Denver, CO, 80237-2881
 
ZIP Code
80237-2881
 
Solicitation Number
072976-04-A-0014
 
Response Due
1/27/2004
 
Archive Date
3/31/2004
 
Point of Contact
Alex Bondarenko, Facility Contract Specialist, Phone (303) 220-6583, Fax (303) 220-6511, - Marcia Stencel, Facilities Contract Specialist, Phone (303) 220-6514, Fax (520) 222-4176,
 
E-Mail Address
abondare@email.usps.gov, mstence1@email.usps.gov
 
Description
Indefinite Quantity A/E services with a base contract period of two (2) years, with three (3) one-year renewal options. The contract maximum is $5,000,000 over the period of the contract and individual work orders will not exceed $500,000. Services may consist of, but are not limited to general A/E project investigation, design and surveillance of district repair and alteration or maintenance projects and Facility Service Office projects consisting of pre-design and/or site evaluation reports, preparation of design-build construction documents, partial construction documents (30%), or complete construction documents (100%), cost estimates, assistance during bidding, partial or full construction administration services for owned or leased facilities, and for repair and alteration projects. All work performed under this contract must utilize one of the three standard design programs, on CADD, developed for the U. S. Postal Service. All preliminary and construction documents must be CADD drawings, and maintain established USPS formats. Projects will be in the following area(s): Wisconsin zip code areas 540, 546-548, and the State of Minnesota. A/E firms interested in submitting qualifications for consideration must meet or exceed the following requirements, and will be evaluated accordingly: 1) level of proficiency of the A/E firm in the use of Auto CADD (latest version); 2) familiarity, use and management of standard designs and/or plans for the USPS, other government agencies, or corporations; 3) previous USPS or government experience by the proposing office and their consultants; 4) experience with design-build projects; 5) minimum of two licensed architects within the States of Minnesota and Wisconsin; 6) a licensed engineer in each of the required disciplines; mechanical, structural, electrical, and civil; 7) proposing office maintain a minimum staff of eight (8) personnel; 8) minimum of five years in business; 9) references by previous clients; and 10) all architectural design, coordination, and management of the projects must be performed by the local branch office if part of a larger company; 11) Firms should be multi-disciplined or have a continuing service arrangement with pre-identified consultants. The selected A/E firm may be awarded subsequent services over a period of five years, subject to the needs of the USPS and past performance. Firms that have the qualifications to perform the services described above are invited to submit a completed SF 255, Architect-Engineer and Related Services Questionnaire for Specific Projects, a completed SF 254, Architect-Engineer and Related Services Questionnaire, and a completed SF 254 for each of its proposed consultants to the Denver Facilities Service Office at the above address no later than 3:00 pm on January 27, 2004. The completed SF 255 should indicate the specific personnel from the responding firm and all consultants expected to do the work on this contract, with resumes for each, professional registrations by state, and experience in this type of work over the past five (5) years. Multiple awards may be made from this solicitation. 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. The contract contains a requirement for firms to provide evidence of current minimum insurance of $1,000,000 of errors and omissions per claim. Participation of Minority-Owned Businesses is encouraged in U. S. Postal Service Architect-Engineer selections. The U.S. Postal Service, Denver Facilities Service Office is prohibited from paying 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. Submission of SF 254 and SF 255 by USPS mail (Express Mail, Priority Mail, or First Class Mail) is encouraged. All technical questions should be directed to Martin Hansen (303-220-6521). Submissions will not be retained or returned. This is not a request for proposal. Note: Effective January 3, 2004, the Denver Facilities Service Office will be renamed to ?Western Facilities Service Office?.
 
Place of Performance
Address: NORTHLAND DISTRICT FOR THE STATE OF MINNESOTA AND IN WISCONSIN ZIP CODE AREAS 540, 546-548.
Country: USA
 
Record
SN00495306-W 20031225/031223212745 (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.