Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

R -- USPS A-E IDIQ Services - RFP - FBO Announcement

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
United States Postal Service, Facilities Portfolio, Facilities Construction CMC, 475 L’Enfant Plaza, SW, Room 1306, Washington, District of Columbia, 20260-6201, United States
 
ZIP Code
20260-6201
 
Solicitation Number
104267-18-A-0011
 
Point of Contact
Tisha D. Gandy, Phone: 2022685835
 
E-Mail Address
tisha.d.gandy@usps.gov
(tisha.d.gandy@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
Standard Form 330 A-E Proposal Instructions FBO Announcement for A-E IDIQ Services Solicitation Package for USPS A-E IDIQ Services General Information The United States Postal Service (Postal Service) seeks to award multiple firm fixed price indefinite delivery, indefinite quantity (IDIQ) contracts for architect and engineering professional services. PLEASE NOTE - This announcement is the only source by which the official solicitation package can be obtained. Questions MUST be submitted no later than one week prior to the solicitation closing date. Performance Area * The desired services are required from highly qualified firms licensed to perform in the following state(s). Offerors must select the area in which they would like to provide service (Geographic Preference Form). New Hampshire Maryland Washington Nebraska Vermont District of Columbia Oregon Ohio Massachusetts (Boston) Virginia Colorado Pennsylvania (Central) North Carolina Nevada New York (Western & Albany South Carolina Utah Texas Wyoming Florida Specific performance areas will be outlined in the solicitation. The required services are for facilities-related investigative services, facilities-related design services and construction support services for construction projects located primarily within, but not limited to, a 300 mile radius of the awardee's location. Scope of Services The types of construction projects this contract will relate to include, but are not limited to, new construction of Postal Service facilities, leased or owned, on property owned, or controlled by, the Postal Service, building renovations at Postal Service-owned facilities and facilities leased and controlled by the Postal Service, general repair and alteration, site asphalt and/or concrete repair and replacement, masonry repair and replacement, other building envelope material repair and replacement, structural repairs and replacements, building moisture protection, interior renovations, layout modifications and reconfigurations, fire suppression system modifications, plumbing system repairs and replacements (interior and exterior), roof repair and replacement, heating, ventilation and air conditioning repair and replacement, closed circuit television systems repair and replacement, intrusion detection system repair and replacement, electrical system repair and replacement, and other facilities-related types of projects not specifically listed herein. The Postal Service occupies approximately 33,000 facilities in the United States and its territories, of which approximately 8,300 are owned by the Postal Service. It is the 8,300 Postal Service-owned facilities within which the majority of Postal Service-funded projects will take place. Generally, the size of these 8,300 Postal Service-owned facilities ranges from very small modular buildings of between 500 and 1,500 square feet to the few, very large processing centers that can be 1,500,000 square feet. Of these 8,300 Postal Service-owned facilities, approximately 3,600 of them range in size between 10,000 square feet and 50,000 square feet. Contract Type & Period of Performance The Postal Service intends on awarding multiple IDIQ contracts (up to three awards in each area if needed). The IDIQ contracts will have a minimum value of $10,000 which represents the minimum value of work the Postal Service is required to order and the contractor shall deliver under each IDIQ contract. The maximum amount of work which may be required from any one work order (aka task or delivery orders) under this contract is $9,900,000. However, the total amount of all Work Orders under all contracts awarded under this solicitation shall not exceed $9,900,000 for the 10 year period of performance. The awarded contracts will have a two-year base ordering period with four (4) two-year options. The base (master agreement) IDIQ contract will establish the terms and conditions within which work will be performed, and under which individual project-specific work orders will be issued. Projects/Service are issued on an "as needed" basis. Per the terms and conditions of this solicitation the Postal Service reserves the right to compete work orders among some or all suppliers holding contracts for the same or similar services and the decision to compete orders lies solely with the Postal Service and is not guaranteed. Evaluation Information and Criteria This contract is being procured in accordance with the Brooks A-E Act. The designated Postal Service evaluation team members (assigned by geographic area) will conduct technical evaluations of all proposals received and establish a short list of most highly qualified firms for interview. The evaluation team will then interview all firms determined most highly qualified and submit to the Contracting Officer a list of firms recommended for contract award. The determinations will be based on the Evaluation Teams consensus technical scores, and work load projections for the applicable geographic area. The Contracting Officer will undertake negotiations with each firm identified for award in order to establish architectural, engineering and related discipline rates for each geographic area. The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Suppliers shall include sufficient information to allow the evaluation team to thoroughly evaluate and score proposals. The evaluation criterion below are listed in descending order of importance and will be used to evaluate and score responsive, responsible and qualified proposals. Each response to this RFP should include the requested information for all evaluation criteria identified with headings, or some other clearly identifiable means to assist the evaluation team members reviewing the proposals. Evaluation criteria: 1) Location of Firm | Core Work Type | Firm Stability and Health 2) Experience with Projects Across a Diverse Facilities Portfolio 3) Past Experience with Indefinite Delivery Indefinite Quantity Contracts 4) Key Personnel and their Past Performance 5) Contract Management Plan 6) Corporate Design Standards | Cost Control | Quality Control 7) Technology | Innovation | Sustainability and Energy Consumption Reduction 8) Other - Information that is Relevant and Supportive of this Requirement and required in the solicitation. Submission Requirements •1. A-E Qualifications must be submitted on Standard Form 330(SF330), revised 8/2016. It may be obtained from the U.S. General Services Administration (GSA) Form Library at the following website: https://www.gsa.gov/forms-library/architect-engineer-qualifications •2. The SF330 shall be completed in accordance with the instructions provided in the form and any additional instructions provided in the solicitation. •3. A-E firms must have a DUNS number. Include firm's DUNS number in SF330 PART I, Section B, Block 5. A DUNS number may obtained by calling Dun and Bradstreet at 866-705-5711 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 866-705-5711" src="data:image/png;base64,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" alt="" /> or via the internet at https://fedgov.dnb.com/webform. •4. Download and review the solicitation package and complete all required items. Return all documents in the format(s) requested. Submission Format The SF330 Parts I and II shall include any information the firm feels may be of benefit to it in the evaluation and selection process. The eight (8) pages of instructions are not required to be submitted as part of the SF 330 and are not included in the page limit. •1. Provide a Table of Contents and use tab sheets to separate each section within the SF330. The Table of Contents and the tab sheets will not count against the maximum page count for the SF330 PART I & II. •a. b. When supplying information for forms, fonts should be Times New Roman no smaller than 12 points. •b. Pages shall be 8-1/2 inches by 11 inches. •2. Submit all required documents from Solicitation # 104267-18-A-0011 (including attachments). •a. Failure to provide all required documents as requested may result in non-consideration of your proposal. •3. Submit three (3) copies of your proposal: Submit (2) electronic/digital copies. Must be submitted on flash drives. Submit one original (1) complete set ( hard-copy, not hole-punched ), labeled"original". •4. The hard copy and electronic copies must be complete, with all supporting documentation. Submission Deadline The proposal shall be received on or before 4:00 PM on April 10, 2018. The Proposal (1 Original (hard copy) and 2 electronic copies on flash drive(s)) must be in a clearly marked envelope/package, containing the Solicitation # from this RFP. Proposals received after the due time prescribed in the RFP may be accepted at the discretion of the United States Postal Service. Do not rely on hand or courier service delivery/ as this is a secure building and access is restricted. The proposals shall be addressed to the contact person at the location listed below: Tisha Gandy, Contracting Officer United States Postal Service Facilities Construction, Alterations & Repairs Category Management Center 475 L'Enfant Plaza SW, RM 1PL635 Washington, DC 20260 To verify receipt of your proposal you may email Vanessa Carr at vanessa.e.carr@usps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/112ca20ee67189481ce1180244e5f134)
 
Place of Performance
Address: Various, United States
 
Record
SN04847489-W 20180310/180308231215-112ca20ee67189481ce1180244e5f134 (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 |
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.