|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062U.S. Postal Service, Kansas City Facilities Service Office, 6800 W.
64th St., Suite 100, Overland Park, KS 66202-4179 Z -- IQC-A/E FOR THE CENTRAL PLAINS DISTRICT FOR GENERAL R&A AND SBD.
SOL 193045-98-A-0542 DUE 043098 POC Doreen Xiong, 913/831-1855 X431
The Kansas City Facilities Service Office is soliciting contracts for
Architect-Engineer services for site adaptation and design development
of CAD/D plans and specifications, known as Standard Building Designs
and also for general A/E project investigation, design and
surveillance. The Contract will have a minimum aggregate work order
value of $5,000.00 and a Not-To-Exceed contract amount (A/E fees) of
$2,500,000.00. Individually negotiated work orders will be issued for
each project. The resulting contract will be for two years with three
additional one-year options, if exercised. Multiple awards may be made.
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 6,500 SF; Medium
Standard Building Designs (MSBD) from 8,500 SF to 50,000 SF and Retail
Store Designs (Store CAD/D) 40' x 60' and 50' x 80' prototypes. The
scope of work may also include site adaptation of custom designed
facilities and other Postal Standard Plans. The general A/E project
will consist of investigation, design, and surveillance of repair and
alteration or maintenance projects. The work will involve A/E
investigation; design; preparation of proposal documents; project and
contract administrative duties and observation of project construction.
Projects will be in the following area(s): Iowa zip code areas 515-516,
Kansas, and Nebraska. However, projects in other areas may be issued
against this contract. Submitting firms must have AutoCAD Release 12
capability. Firms should be multi-disciplined or have a continuing
service arrangement with pre-identified consultants. Firms must possess
the following minimum staffing within the prime firm: 2 Registered
Architects registered within the states this solicitation encompasses,
and 2 CAD/D Technicians. Firms must also possess the following minimum
staffing within the prime firm or its consultants: 2 each Registered
Engineers in the following disciplines: Mechanical, Electrical,
Structural and Civil. Firms must demonstrate a working knowledge and
experience with the Architectural Barriers Compliance program (Postal
Service Handbook RE-4, Standards For Facility Accessibility By The
Physically Handicapped) and how its requirements are to be met, and/or
demonstrate a working knowledge and experience with the Americans With
Disabilities Act (ADA) and how its requirements are to be followed.
Firms which possess the qualifications to perform the services
described above are invited to submit a completed, current SF Form 255,
"Architect-Engineer and Related Services Questionnaire for Specific
Project," a completed current SF Form 254, "Architect-Engineer and
Related Services Questionnaire," and a completed SF Form 254 for each
of its proposed consultants to the office shown above. A pre-selection
to identify the most highly qualified firms will be conducted with the
combined use of the submitted SF 255 and 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. Indicate
solicitation number in block 2b, of SF-255. 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. Consideration will be given to
firms responding to this advertisement in accordance with the foregoing
instructions in the following geographic area(s) and order of
preference: (A) Local: within the above referenced areas (B) Elsewhere.
Architectural and engineering firms will be considered local only if
their sole office is in the local geographic area 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. Proof of
errors and omissions insurance, or of the ability to obtain such must
be included with the submittal. Participation of bona-fide minority
business firms is a consideration in Postal Service selections. It is
prohibited to pay any fee, brokerage fee, commission or percentage on
any basis to any firm or person contingent upon the award of this
contract. Submittals will not be retained or returned. Firms wishing
the submittal returned must supply a self-addressed, postage paid
envelope. This is not a request for proposal. This office does not
supply SF254 or SF255 forms. Offerors are encouraged to submit their
proposal(s) by one of the methods offered by the U.S. Postal Service:
First Class, Priority or Express Mail. Submittals must be postmarked no
later than 04-30-98 at 3:00 PM and mailed to ATTN: Doreen Xiong, Kansas
City Facilities Service Office 6800 W 64th St Ste 100 Overland Park KS
66202-4179. (0085) Loren Data Corp. http://www.ld.com (SYN# 0132 19980330\Z-0015.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|