|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111U.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 GATEWAY DISTRICT FOR GENERAL R&A AND STANDARD
BUILDING DESIGN (SBD) SOL 193045-98-A-0551 DUE 070898 POC Doreen Xiong,
(913) 831-1855 X431 CHECK US OUT ON THE INTERNET AT
http://purchasing.gov The U. S. Postal Service, Kansas City Facilities
Service Office, will be conducting advertising for architectural and
engineering services per below. This information is sent to you in
advance for your consideration. Should you be interested in this
project, please follow the instructions. Send submittals to the
attention of Doreen Xiong, Facilities Service Office, 6800 West 64th
Street Ste 100, Overland Park KS 66202-4179. Questions regarding this
solicitation may be directed at Doreen Xiong at (913) 831-1855
Extension 431. PLEASE DO NOT CALL THIS OFFICE TO ORDER A SOLICITATION
PACKAGE OR SF 254/255 FORMS. Proposals Due: July 8, 1998 Time: 3:00 PM
Solicitation: 193045-98-A-0551 INFORMATION AND EVALUATION FACTORS 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 primary area(s): Illinois zip code
areas 620-624, 628-629 & Missouri zip code areas 630-631, 633-635,
650-653 (Gateway District). 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.
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 shouldindicate 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 July 8, 1998
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.
(0155) Loren Data Corp. http://www.ld.com (SYN# 0141 19980608\Z-0033.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|