Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2003 FBO #0438
SOURCES SOUGHT

C -- INDEFINITE QUANTITY CONTRACT - A/E SERVICES

Notice Date
2/11/2003
 
Notice Type
Sources Sought
 
Contracting Office
United States Postal Service, Facilities Purchasing, New York Facilities Service Office, 2 Hudson Place - 5th Floor, Hoboken, NJ, 07030-5502
 
ZIP Code
07030-5502
 
Solicitation Number
332495-03-A-0011
 
Archive Date
4/15/2003
 
Point of Contact
Lori Savage, Facilities Contract Technician, Phone (201) 714-5444, Fax (201) 217-1109,
 
E-Mail Address
lsavage2@email.usps.gov
 
Description
This contract is for one or multiple awards for Architect/Engineer Services for the Caribbean District Office, Area of Responsibility-U.S. Virgin Islands. The contract for Architect/Engineer Services has a guaranteed $5,000.00 minimum contract value clause for the base period of twelve (12) months with a annual contract limit amount not exceed $500,000.00, with individual work orders being issued. Each work order will be negotiated as an individual project. Work orders will normally range under $5,000.00 for any one project, but cannot exceed a maximum work order limit of $250,000.00. The contract may be renewed for four (4) one-year renewal option periods providing the total contract amount does not exceed $2,500,000.00. Firms that have the qualifications to perform the services described previously are invited to submit a completed SF-255 (Architect/Engineer and Related Services Questionnaire for Specific Project) and an SF-254 (Architect/Engineer and Related Services Questionnaire) for each of its proposed consultants to the office shown above, postmarked no later than March 31, 2003 (for overnight mail we recommend using Express Mail). Forms may be obtained through http://www.gsa.gov/pbs/pc/hw_files/254-255.htm. The selection will be conducted by using the submitted SF-255 and SF-254. 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 instruction in the following order of preference; 1) U.S. Virgin Islands; 2) Island of Puerto Rico; 3) All other firms. Architectural/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. The Architect and Engineering firms must have a minimum of five years experience as a registered architectural firm and the consultants must be in the preferred areas. The minimum acceptable architect and engineering complement for the prime firm or office, and its consultants is: 2 Architects in the prime firm and for the consultants: 1 Civil Engineer, 1 Electrical Engineer, 1 Environmental Engineer, 1 Mechanical Engineer, and 1 Structural Engineer. The contract contains a requirement for firms to provide evidence of current insurance of $200,000.00 of 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. Personal visits and phone calls for the purpose of discussing this solicitation are not permitted. No other general notification for this project will be made. Submissions will not be retained or returned. This is not a request for proposals.
 
Place of Performance
Address: CARIBBEAN DISTRICT - U.S. VIRGIN ISLANDS
Zip Code: 00802
 
Record
SN00257543-W 20030213/030211213904 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.