Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL - ENGINEERING ROOF CONSULTING SERVICES

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
United States Postal Service, Facilities Purchasing, Western Facilities Service Office, 8055 E Tufts Ave Suite 400, Denver, CO, 80237-2881
 
ZIP Code
80237-2881
 
Solicitation Number
072976-04-A-0032
 
Response Due
4/29/2004
 
Point of Contact
Joan Gaidies, Facilities Contract Technician, Phone (303) 220-6546, Fax (303) 220-6511, - Reina Luongo, Facilities Contract Technician, Phone (303) 220-6548, Fax (303) 220-6511,
 
E-Mail Address
jgaidies@email.usps.gov, rluogo@email.usps.gov
 
Description
Indefinite Quantity Architect-Engineer Roof Consulting Services with a base contract period of two (2) years, with three (3) one-year renewal options. The contract maximum is $5,000,000 over the five-year period of the contract, and individual work orders will not exceed $500,000. Projects will be in the State of Iowa and Illinois zip code area 612. Services will consist of investigation and evaluation of existing roofing system, preparation of cost analysis, recommendation for repair or replacement, design of roofing systems, preparation of construction contract documents, solicitation assistance, and surveillance of construction. Proposals must demonstrate a working knowledge and experience with all types of roofing systems. Specific selection criteria in relative order of importance will include, but not be limited to 1) a minimum of five (5) years experience in the design of roofing systems 2) five (5) years experience in surveillance of roof construction 3) field test capability for diagnosing roofing problems 4) ability to obtain moisture surveys in roofing systems 5) workload and staffing such that they can respond to USPS requests in a timely manner 6) capability in construction cost estimating and energy conservation 7) Errors and Omissions Insurance of $1,000,000 per claim, Public and Automobile Insurance, Workers Compensation Insurance and Employers Liability Insurance 9) Participation of Minority-Owned Businesses. Consideration will be given to firms responding to this announcement in accordance with the foregoing instruction in the following geographical area(s) and order of preference: 1) State of Iowa 2) Elsewhere. Architect and engineering firms will be considered local only if their sole office is in the State of Iowa or they have a local branch office and all of the architectural design, coordination, and management of the project will be accomplished in that office. There is no restriction on the geographic location of consultants. All work performed under this contract must utilize one of the three standard design programs, on CADD (latest version), developed for the U.S. Postal Service. All preliminary and construction documents must be CADD drawings and maintain established USPS formats. Firms should be multi-disciplined or have a continuing service arrangement with pre-identified consultants. The prime architectural or engineering firm must possess the following minimum staffing within the prime firm: 2 licensed architects within the States of Iowa Illinois and 2 CADD technicians. The consultant Engineering firms, if any, must have 2 each registered Engineers in the following disciplines: Mechanical, Electrical, Structural, and Civil. Firms that have the qualifications to perform the services described above are invited to submit a completed SF 255, Architect-Engineer and Related Services Questionnaire for Specific Projects, a completed SF 254, Architect-Engineer and Related Services Questionnaire, and a completed SF 254 for each of its proposed consultants to the USPS Western Facilities Service Office at the above address no later than April 29, 2004. The completed SF 255 should indicate the specific personnel from the responding firm and all consultants expected to do the work on this contract, with resumes for each, professional registrations by state, and experience in this type of work over the past five (5) years. Multiple awards may be made from this solicitation. The selection will be conducted by using the submitted SF 255s and the SF 254s. 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 U. S. Postal Service is prohibited from paying any fee, brokerage fee, commission or percentage on any basis to any firm or person contingent upon the award of this contract. No other general notification for this project will be made. Submission of SF 254 and SF 255 by USPS mail (Express Mail, Priority Mail, or First Class Mail) is encouraged. All technical questions should be directed to Mike Williams (303-220-6525). Submissions will not be retained or returned. This is not a request for proposal.
 
Place of Performance
Address: State of Iowa and Illinois zip code 612
Country: USA
 
Record
SN00555368-W 20040328/040326213011 (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.