|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1995 PSA#1320U.S. Postal Service, Facilities Department, 475 L'Enfant Plaza West,
SW, Washington, DC 20260-6428 R -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACTS TO SUPPORT
HEADQUARTERS PROGRAMS Solicitation 102487-95-A-0001 due 050195. Contact
Points are Warren Walker, 202/268-3905, and Tony Regojo, Contracting
Officer, 202/268-3902. The Postal Service intends to award three or
more contracts for Indefinite Quantity Architect-Engineer (A-E)
services. A-E firms may apply for one, two or three of these contracts,
depending on their areas of expertise. The A-E contracts are to support
three separate postal functions: (1) Retail Standard Design Program;
(2) Building Standard Design Program; and, (3) HQ Facility Services.
The description of tasks and areas of expertise required for each
contract are as follows. (1) Retail Standard Design Program -
A-E/Interior Architecture services to support HQ Retail Operations with
national retail standard design program. Tasks include: application of
the retail standards to site-specific lobby designs; space planning;
review of facility designs prepared by other A-E's under contract to
USPS field offices; technical support to field offices and their
contract A-E's who will use these standards; construction document
preparation; construction administration; evaluation, revision, and
maintenance of the existing design standards and processes; research of
other postal design systems; investigation of currently available
products, finishes and materials; maintenance and enhancement of the
AutocadT M based, postal design and drafting software; design and/or
adaptation of cost estimating software; design and/or adaptation of
facilities management software; training to include seminars, and
professionally edited and illustrated training aids, and videos;
preparation of publications (manuals, guides, brochures, etc.) for
internal and external use; Post Occupancy Evaluations (including user
surveys); development of new prototypes; architectural photography; and
other miscellaneous services in support of the program. (2) Building
Standard Design Program - A-E services to support Facilities Program
Management with national design standards programs, including standard
building designs (600 SF to 60,000 SF), design guidelines, CADD
standards (based on AutoCAD), standard details and specifications.
Tasks for the Building Standard Design Program contract may include:
preparation, evaluation and updating of national design standards and
specifications, preparation of life cycle cost/benefit studies on
alternative building materials and systems; technical support to field
offices and their contract A-E's who will use these standards;
maintenance and enhancement of AutocadT M based computer-aided design
and drafting standards; duplication and distribution of CADD disks,
tapes and guidebooks; design and/or adaptation of cost estimating
software; training to include seminars, and professionally edited and
illustrated training aids, and videos; preparation of publications
(manuals, guides, brochures, etc.) for internal and external use; and
other miscellaneous services to support the program. (3) HQ Facility
Service - A-E services for the HQ Facility Services contract are to
provide support with design, space planning, interior design,
construction documents and construction administration for repair,
alteration and minor improvements. Tasks for the HQ Facility Services
contract may include work orders for design (AutoCAD based standards),
construction documents and construction administration on individual
projects. Project types include repair, alteration and minor
improvements for the HQ building and space planning for high churn
office space in the HQ building and surrounding lease space based on
existing space and design standards. Evaluation criteria will include
the following special requirements: (1) Preference will be given to
firms which can provide a balance of skills in Interior Architecture,
Retail, Full-service Architectural, and Engineering disciplines, but
the option exists to consider firms which may be specialists within one
or more of the listed disciplines (excluding Engineering) (all
programs); (2) Computer software literacy for management of design
standards, procedures and other tasks, including Microsoft WordT M,
Microsoft ExcelT M, and Word PerfectT M (all programs); (3) AutocadT M
system, including version 13, and proven expertise in-house (all
programs); (4) Expertise in the implementation of design
standardization on a national level (for Retail Standard Design and
Building Standard Design Programs); (5) Capabilities to staff a local
office within the immediate vicinity of the HQ office, or domicile
staff in HQ offices, including program managers, architects, clerical,
and CAD operators (for all programs); (6) Architectural, space
planning, structural, electrical and mechanical capabilities plus a
familiarity with systems furniture reconfiguration and installation
(for HQ Facility Services contract only); (7) Experience with the
preparation of design standards for different climates, seismic zones,
and regional characteristics (for Building Standard Design Program
only). The contracts will be for one year with two one-year renewal
options and a guaranteed amount of $5,000 for the period of the
contract. Individual work orders not exceeding $50,000 each will be
negotiated and issued under the contract. The total amount of work
ordered per 12-month period may not exceed $200,000. The total amount
of work ordered over the three year period may not exceed $500,000. The
Postal Service reserves the right to increase these limits. Firms that
have the qualifications to perform the services described herein are
invited to submit completed SF 255(s), Architect-Engineer and Related
Services Questionnaire for the ``postal functions'' that the firm is
interested in. Separate SF 255 forms for each postal function or a
combined form for two or three postal function contracts are allowed.
Submit a single, completed SF 254, Architect-Engineer and Related
Services Questionnaire; and a completed SF 254 for each of its proposed
consultants to the office shown above, postmarked not later than May 1.
The selection will be conducted by using the submitted SF 255 and the
SF 254'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. Consideration will be given to firms responding to
this advertisement in accordance with the above instructions.
Preference will be given to firms within a 60 mile radius of USPS
Headquarters, Washington, DC. Participation of Minority Owned Business
is a consideration in the U.S. Postal Service, Architect-Engineer
selections. 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 is not a request for proposal. (095) Loren Data Corp. http://www.ld.com (SYN# 0086 19950406\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|