|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1995 PSA#1331Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
022 C -- A/E SERVICES FOR FACILITIES SURVEY OF EXISTING STRUCTURES AT
NAVAL BASE NORFOLK AND OTHER INSTALLATIONS IN SOUTHEASTERN VIRGINIA
Sol. N00187-95-R-7523. Contact Mr. Robert A. Lemon, P.E., Contracting
Officer, 804/445-2752. Services are required for the collection of
various facility data and tenant utility usage to be input into the
Computerized Utility Billing Integrated Control (CUBIC) System. CUBIC
is a computer based system to allocate total utility usage/cost on a
complex to individual tenants (users) in a more accurate and timely
manner than the manual method currently being used. To make usage
allocations, CUBIC utilizes data from a detailed field survey of all
facilities (buildings and structures) on a complex, each tenants
estimated use of utilities, weather conditions and total complex usage.
CUBIC was developed using MicroRim's R-Base. Utility refers to
electric, steam, water, sanitary sewage, and industrial waste. Complex
refers to the various installations requiring data to be gathered,
i.e. Naval Base, Norfolk; Naval Air Station, Norfolk; Norfolk Naval
Shipyard, Portsmouth; Fleet Combat Training Center Dam Neck, Virginia
Beach, etc. There are approximately 16 various complexes involved in
this contract. There are approximately 4,200 facilities having an
estimated 42,000,000 square feet of area which would require that the
following be acomplished, using field surveys and existing
documentation: (a) Gather data on all facilities at each complex that
consumes any type of utility. (b) Prepare facility sketch showing
dimensions, tenant arrangement, size and location of utility
entrance(s), and detailed diagram of each type utility entrance, using
AuotCAD Release 12 or later. (c) Determine facility industrial usage,
i.e. usage of utilities by type for common facility equipment and
systems such as elevators, exhaust systems, etc. (d) Gather meter data
for all existing utility meters. (e) Gather tenant and use area data
for each different tenant and each different use area in each facility.
(f) Gather tenant industrial usage, i.e. usage of utilities by type for
tenant specific equipment amd systems. (g) Prepare distribution
drawings showing the relationship of all meters and facilitis, metered
and unmeterd, in an area for each type of utility, using AutoCAD.
Provide hard copies of all data and drawings, and floppy disks (3.5 DS
HD) of data in CUBIC data base. The complexes are within a 30 mile
radius of Naval Base Norfolk. Training will be provided by the
Government regarding the input of the data into the CUBIC database. The
selected firm must demonstrate qualifications (with respect to the
evaluation factors stated herein) and sources to gather the required
data, prepare the necessary drawings/sketches and to input the data
into the database, all within a nine (9) month timeframe after award.
The Government's Quality Assurance will consist of a field check of a
random sample of data as submitted. Acceptance or rejection of
submitted data will be based on the number of errors identified by this
field check. The following evaluation factors are pertinent to this
contract. Factors (1) through (5) are of equal importance, Factors (6),
(7) and (8) are of lesser importance, but will be used to assist in the
selection, especially should one or more firms be essentially equally
qualified for Factors (1) through (5). Evaluation factors are: (1)
Professinal qualifications and technically competence of the project
team: Evaluation will be made in terms of: (a) Project teams (includes
any consultants) experience in gathering field data, preparing
drawings/sketches using AutoCad and working with a database program
similar to CUBIC writren in R-Base (include experience with current
firm or experience with other firms provided it is relevant) (be
specific, give examples, dates and size of relevant project
experience). (b) Project teams knowledge of the general area of Hampton
Roads in terms of codes, laws, permit requirements, topography and
geographical relationship of each complex. (c) Project teams' members
active professional registrations and/or certifications in their
individual area of expertise. (d) Designated role of each team member
in the relevant projects listed in Block 8 of the SF 255 (if the firm
has multiple office locations, the location of the project teams
members must be identified) (also, if several offices will contribute
to the project teams and one particular office will serve as the
project office, explain how the various team members will perform the
tasks required, if they re not all relocated to the project office
during the performance of this contract). (e) Specific back-up
personnel (include any consultants) and their qualifications involving
similar experience as provided for the main team members. (2) Firm
Qualifications: Evaluation will be made in terms of: (a) Recent
experience of the firm in performing similar type work as required by
this contract and as explained previously (be as specific as you can in
providing your information). (b) Involvement of management/owners with
this contract and their continuity with the firm. (c) AutoCADRelease
12 or higher format capability. (3) Demonstrated ability to accomplish
the requirements of this contract within nine (9) months after
contract award. Provide a project execution plan showing how many teams
you will provide and how they will be assigned to the 16 complexes to
gather the required data from the 4,200 facilities in the timeframe
required, and then input the data into the CUBIC database. (4) Past
Performance: Firms will be evaluated in terms of: (a) Demonstrate long
term relationships and repeat business with Government and private
customers. (b) Performance awards received. (5) Quality Control
Program: Firms will be evaluated on the acceptability of their quality
control program used to ensure technical accuracy and discipline
coordination of various work elements of this contract. (6) Firm's
Geographical Location: Firms will be evaluated on geographic location
as regards to accessiblity to the Hampton Roads area of Virginia and
their demonstrated ability to respond to the demands of this contract
(provided that application of this factor leaves an appropriate number
of qualified firms). (7) Volume of Work: Firms will be evaluated in
terms of work previously awarded by DoD with the objective of effecting
an equitable distribution of DoD A&E contracts among qualified firms
including small disadvantaged business firms and firms that have not
had prior DoD contracts. (8) Primary Consultants and Sub-contractors:
Firms will evaluated on their use of small or disadvantaged or
women-owned business firms as consultants or sub-contractors. This ends
the evaluation factors. A&E firms meeting the requirements described in
the announcement are invited to submit completed current Standard Form
254 (unless already on file with this Command within the past 12
moinths) and Standard Form 255, U.S. Government Architect-Engineer
Qualificatins, to the office shown above. In Block 10 of the SF 255
discuss why the firm is especially qualified base on each evaluation
factor given herein. All information must be included within the SF 254
and SF 255. Cover letters, bindings and covers, and other attachments
are discouraged and will not be considered in the evaluation process.
Firms responding to this announcement by close of business (3:45 P.M.
EDT) 2 June 1995, will be considered. Firms responding should submit
only one copy of the qualfications package. Neither hand carried nor
facsimile responses will be accepted. This proposed contract is being
solicited on an unrestricted basis, therefore, replies to this
announcement are requested from all business concerns. Before award of
the contract, the A&E firm, if not a smal business concern, shall
agree in the contract, by incorporation of an acceptable small business
and small disadvantaged business subcontracting plan per FAR Part 19.7,
that small business concerns and small disadvantaged business concerns
shall have the maximum practicable opportunity to participate in this
contract consistent with its efficient performance. The small business
size standard classification is SIC 8712 ($2,500,000). This is not a
request for proposals. Inquiries concerning this contract must mention
location and contract number. See Note 24. (109) Loren Data Corp. http://www.ld.com (SYN# 0014 19950421\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|