Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL-ENGINEERING SERVICES IN THE SATES OF IDAHO AND EASTERN WASHINGTON ZIP CODES 990-994

Notice Date
4/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
United States Postal Service, Facilities Purchasing, Western Facilities Service Office, 8055 E Tufts Ave Suite 400, Denver, CO, 80237-2881
 
ZIP Code
80237-2881
 
Solicitation Number
072976-04-0046
 
Response Due
6/2/2004
 
Archive Date
8/2/2004
 
Point of Contact
Tom Carriere, Facilities Contract Specialist, Phone (303) 220-6538, Fax (303) 220-6511, - Reina Luongo, Facilities Contract Technician, Phone (303) 220-6548, Fax (303) 220-6511,
 
E-Mail Address
tcarrier@email.usps.gov, rluogo@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, 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): the State of Idaho, and eastern Washington zip code areas 990-994. A/E firms interested in submitting qualifications for consideration must meet or exceed the following requirements, and will be evaluated accordingly: 1) previous USPS or government experience by the proposing office and their consultants; 2) familiarity, use and management of standard designs and/or plans for the USPS, other government agencies, or corporations; 3) level of proficiency of the A/E firm in the use of Auto CADD (latest version); 4) minimum of two licensed architects registered in the States of Idaho and Washington; 5) a licensed engineer registered in the states of Idaho and Washington and in each of the required disciplines; mechanical, structural, electrical, and civil; 6) proposing office maintain a minimum staff of six (6) personnel; 7) references by previous clients; 8) experience with design-build projects; 9) minimum of five years in business; 10) all architectural design, coordination, and management of the projects must be performed by the local branch office if part of a larger company; and 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 work orders 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 Western Facilities Service Office at the above address no later than 1:00 p.m. on June 2, 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 made by evaluating the submitted SF 255 and the SF 254s and subsequent interviews of firms that best meet the evaluation criteria. 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 and Woman-Owned Businesses is encouraged in U. S. Postal Service Architect-Engineer selections. The U.S. Postal Service, Western 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 Dave Miller (303-220-6579). Submissions will not be retained or returned. This is not a request for proposal.
 
Record
SN00577957-W 20040502/040430212758 (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.