Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1995 PSA#1331

Navy 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