|
COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394Facilities Service Office, U.S. Postal Service, 395 Oyster Point Blvd.,
South San Francisco, CA 94099-0300 C -- A/E SERVICES FOR VAN NUYS DISTRICT SOL 052571-99-A-0035 DUE
081899 POC John Fraher (650) 615-7214 or Grace Batesting (650) 615-7206
The U.S. Postal Service intends to award one or multiple indefinite
quantity contract(s) (IQC) for architect/engineer services for projects
located in Van Nuys District, which includes the following counties in
California: Inyo, Kern, Portion of Los Angeles, Mono, San Luis Obispo,
Portion of Santa Barbara, and Ventura. The contract(s) will be for two
years with three one-year renewal options providing the total contract
amount does not exceed $2,500,000. The contract(s) cannot exceed
$500,000 for each 12-month period. The total quantity of work ordered
during the term of the contract(s) will be $5,000 minimum. Individual
work orders will be issued under the contract(s). Each work order will
be negotiated as a single project. Work orders for any one project
cannot exceed $50,000. The work will consist primarily of design for
repair and alterations, building surveys, feasibility studies, cost
estimating and A/E services during construction. Firms that have the
qualifications to perform the services are invited to submit a complete
and current SF-254 "Architect-Engineer & Related Services
Questionnaire," a complete and current SF-255 "Architect-Engineer &
Related Services Questionnaire for Specific Project," and a complete
and current SF-254 for each consultant. The selection process will be
conducted using the information contained in the submitted SF-254's and
SF-255's. 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 primary factors for consideration are: 1) local
firms (within 30 miles of Van Nuys District, 28201 Franklin Pakrway,
Santa Clarita, CA) licensed by the State of California. A-E firms will
be considered local only if their sole office is in the local
geographical area or they have a local branch office and all the
architectural design, coordination and project management will be
performed in that office. 2) Prime firm must have a minimum of 2
registered architects and a minimum total staff of five. The prime firm
or consultants must have a minimum of 1 structural engineer, 1 civil
engineer, 2 mechanical engineers (1 HVAC, 1 plumbing), and 1 electrical
engineer. 3) Current SF-254 and SF-255. Other factors for consideration
are: 1) Firm established at least two years. 2) Experience of
consultants. 3) Experience in geographic area. 4) Extensive experience
in repair and alteration projects. 5) Previous experience with
indefinite quantity contracts. 6) Favorable client references. 7)
Firm's capacity and current workload. 8) Ability for CADD design
services. 9) Minimum of $200,000 in liability insurance. Consultants do
not have a geographical location restriction. The contract(s) contains
a requirement for firms to provide evidence of current errors and
omissions coverage for at least $500,000 per claim. It is prohibited to
pay any fee, commission, percentage, or brokerage fee to any perform or
firm contingent upon or resulting from award of a contract(s) for these
services. No other general notification for these services will be
made. Submittals will not be retained or returned. You are encouraged
to send your submittals via the U.S. Postal Service. Please note the
above solicitation number on the outside of your submittal. Mail
submittals to the above address. This is not a request for proposal.
Posted 07/21/99 (W-SN357149). (0202) Loren Data Corp. http://www.ld.com (SYN# 0016 19990723\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|