SOLICITATION NOTICE
C -- Indefinate Quantity Architect-Engineer Services for Postal Projects in the State of Indiana and selectively within USPS GLFSO, (IL, IN, MI, WI, and Eastern, MO.)
- Notice Date
- 1/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- United States Postal Service, Facilities Purchasing, Great Lakes Facility Service Office, 62 Stratford Drive, Bloomingdale, IL, 60117-0700, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 162640-07-A-0024
- Response Due
- 3/8/2007
- Archive Date
- 1/30/2008
- Description
- The Great Lakes Facilities Service Office is soliciting contracts for Architect-Engineer Services for Repair and Alteration projects, Site Adaptation of Standardization of CAD plans and specifications, including general A/E project investigation, design, and observation on postal owned and/or leased facilities of various sizes, locations, and functions. The U.S. Postal Service reserves the right to award more than one contract. This contract will be primarily for tasks in the State of Indiana, Zip Code Areas 460- 469, 472-475 & 478-479, however at the sole discretion of the USPS, it may selectively be utilized for work within the geographic area of responsibility of the USPS GL FSO, (IL, IN, MI, WI, and Eastern, MO.) The contract will have a minimum aggregate work order value of $5,000 and will be for a base term of two (2) years, with three (3) 1 year renewal options not to exceed a potential total contract value of $5,000,000. Individual work orders will be issued for each project, not to exceed $250,000. Each work order will be negotiated as an individual project. Groups of projects may be assigned at one time. Any resulting contract may be bilaterally modified to meet changing Postal regulations. The Standard Building Designs include Small Standard Building Designs (SSBD) from 1,000 SF to 10,000 SF; Medium Standard Building Designs (MSBD) from 8,500 SF to 50,000 SF, and modular site adaptation. The scope of work may also include site adaptation of custom designed facilities and other Postal Standard Plans. The general A/E scope of work will consist of investigation, design, preparation of proposal documents, construction budget and cost estimating, project and contract administrative duties, and observation of project construction for noted project types. Submitting firms must have a minimum of Auto CAD 2006 capability. Firms must possess a working knowledge and experience with the Architectural Barriers Compliance program (Postal Service Handbook RE-4 , Standards of Facility Accessibility), and the Americans Disabilities Act (ADA). Significant evaluation factors include: 1. capacity of firm to accomplish multiple projects, 2. past postal experience in projects of similar scopes and magnitudes, 3. proficiency in the use of Auto CAD, 4. professional qualifications of staff to be assigned to projects, 5. cost control effectiveness, 6. construction observation and administrative experience and 7. workload. Firms with the qualifications to perform the services described previously are invited to submit a completed SF 330, Architect-Engineer Qualifications for the prime firm as well as for each proposed consultant. The evaluation will be conducted by using the submitted SF 330s. Interested firms with more than one office must indicate that on their SF 330 and the staffing composition of the office in which the work will be performed. Consideration will be given to firms responding to this advertisement in the following order of preference: 1. geographic location within the noted zip code areas, 2. geographic locations outside the noted zip code areas and within the State of Indiana, 3. out of state. 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 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. Minority-owned and Women-owned Business participation is encouraged. The contract contains a requirement for firms to provide evidence of current insurance of $250,000 of errors and omissions per claim, if construction costs are estimated less than $5,000.000. For construction costs estimated to exceed $5,000,000., coverage equal to a minimum of 5% of the construction cost estimated or $500,000, whichever is greater, is required for errors and omissions per claim. 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 office does not the supply SF 330; you may obtain the SF 330 at website address, http://acquisition.gov/far/current/html/FormsStandard27.html. You are encouraged to submit your proposal by one of the methods offered by the US Postal Service: First Class, Priority or Express Mail. Submit three (3) original copies postmarked no later than 03/08/07, to the attention of Sheila K. Robertson, C.P.M., Facilities Contract Specialist, Great Lakes FSO, (630) 295-6214, FAX: (630) 295-6262, email: sheila.robertson@usps.gov. Email submittals will not be accepted. This is not a request for proposal.
- Place of Performance
- Address: State of Indiana, Zip Code Areas 460-469, 472-475, & 478-479, selectively within the geographic area of respsonsibility of the USPS Gl FSO, (IL,IN, MI, WI, and Eastern MO.)
- Zip Code: 60117-7000
- Country: UNITED STATES
- Zip Code: 60117-7000
- Record
- SN01216937-W 20070124/070122221141 (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 |