Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
MODIFICATION

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT & ENGINEERING SERVICES FOR POSTAL FACILITIES IN NORTH CAROLINA AND SOUTH CAROLINA

Notice Date
4/20/2007
 
Notice Type
Modification
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Eastern Facilities Service Office, PO Box 27497, Greensboro, NC, 27498-1103, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
362575-07-A-0025
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Description
ADD EDGEFIELD COUNTY AND McCORMICK COUNTY IN SOUTH CAROLINA TO THE ADVERTISED AREA. THE REVISED ADVERTISEMENT IS AS FOLLOWS: This advertisement is for ARCHITECT & ENGINEERING SERVICES for two types of projects: (1) SSBD/MSBD (Small and Medium Standard Building Design) and (2) Repair & Alteration (R&A) projects. Contracts will be awarded for SSBD/MSBD and R&A projects combined. To be considered a firm must be willing to perform services required under both types of projects. SSBD/MSBD projects include site adaptation of USPS CADD based standard plans for new facilities and expansions to existing facilities. Repair & Alteration projects include design, preparation of contract documents, contract administration, and inspection services. The contract will cover postal facilities in the State of North Carolina and the State of South Carolina, excluding the following counties in South Carolina: Allendale, Barnwell, Beaufort, Hampton, Jasper, and York. The contract will be for a base term of one year, with four one-year renewal options. The total contract amount over the five-year period cannot exceed $9,500,000. The minimum contract amount is $5,000. Individual work orders will be negotiated for each project. Work orders for any one project cannot exceed $500,000. Typical work orders are in the $5,000 to $100,000 range. Firms that have the qualifications to perform the services described are invited to submit two copies of completed SF-330, Architect-Engineer Qualifications. SF-330 can be found at www.gsa.gov under Standard Forms. 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 renovation 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 in responding to emergency 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. The minimum acceptable architect complement of the local prime firm is two licensed architects. 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 said area. Consideration will be given to the firms responding to this advertisement in the following order of preference: (1) firms located within the advertised area and (2) firms located outside the advertised area. Architect and engineering firms will be considered as local only if their sole office is in the advertised area or they have a local branch office in the advertised area 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. Interested firms with more than one office must indicate on their SF-330 the staffing composition of the office in which the work will be performed. Firms will be evaluated by using the submitted SF-330 and the statement. Significant evaluation factors include working knowledge and experience of the technical team with new construction projects using prototypical designs, experience with renovation projects, and experience in responding to emergency projects; capacity of firm to accomplish multiple projects; and professional qualifications of the technical team. The contract contains a requirement for firms to provide evidence of current errors and omissions insurance of $250,000 per claim at the time of this submission. At the discretion of the contracting officer, contracts may be awarded to more than one A/E firm. 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 of this project will be made. Submissions will not be retained or returned. This is not a request for proposal. SUBMIT THE REQUIRED DOCUMENTATION TO SHARON WEBER, USPS EASTERN FSO, PO BOX 27497, GREENSBORO NC 27498-1103.
 
Record
SN01278396-W 20070422/070420221832 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.