Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOURCES SOUGHT

Z -- NATIONAL FACILITY CONDITION ASSESSMENT PROGRAM

Notice Date
11/3/2006
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
United States Postal Service, Facilities Purchasing, Major Facilities Purchasing (HQ), 4301 Wilson Blvd Ste 300, Arlington, VA, 22203-1840, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
512582-07-RFI-000X
 
Response Due
11/20/2006
 
Archive Date
12/5/2006
 
Description
The purpose of this Request for Information is to identify solutions for the inspection component required for USPS implementation of a National Facility Condition Assessment Program. 1.0 Scope. The United States Postal Service (USPS) is seeking expert services to execute the inspection portion of the USPS Facility Condition Assessment (FCA) Program. The results of the inspections will be reported via an automated reporting tool already subscribed to by USPS. The Program shall follow guidelines established in ASTM E 2018-01 Standard Guide for Property Condition Assessments: Baseline Property Condition Assessment Process. 2.0 Objectives. 2.1 The FCA Program requires regularly scheduled inspections of USPS facilities. 2.1.1 Plants, approximately 300 in number with an average size of 400,000 square feet, will be inspected once every five years. 2.1.2 USPS Customer Service owned facilities, over 7,000 in number from 6,500 square feet to approximately 50,000 square feet, will be inspected once every three years. 2.2 The Contactor will utilize the Logistics Management Institute (LMI) web based Condition Assessment application, I-CAM, to store data collected during the inspection process and to complete cost estimates for deficiencies noted during the inspections. Screen shots of the I-CAM application will be available during the solicitation phase of this program. 2.2.1 The I-CAM software is integrated with the Gordian PROGEN application which will be utilized exclusively for costing all deficiencies noted during the inspections 2.2.2 The I-CAM application has an electronic mobile data collection tool option integral to the application (though manual collection of inspection data is also available). 2.3 The USPS provided list of facilities to be inspected will be available during the solicitation phase of this program. Based upon the parameters outlined in paragraph 2.1, the Contractor will develop an inspection plan for each of the first five years. As discussed further in this document, the Contractor?s proposal shall incorporate efficiencies in the inspection process, travel itineraries, and data entry methods with an overall objective of streamlining the process and minimizing the cost to USPS. 2.4 The inspection process must be detailed enough to determine immediate and long term cost liabilities for deferred maintenance and functional inadequacy. (Deferred maintenance is defined as unperformed planned maintenance, repairs, replacement, and renewal projects due to a lack of resources or perceived low priority and deferral of that activity results in a progressive deterioration of the facility condition or performance.) The inspection shall be non-destructive. Results of the inspections shall include the facility current replacement value (CRV), a listing of deficiencies, a parametric estimate of the cost for repairs and alterations and a facility condition index (FCI) for each facility. 2.5 A required element of each inspection is digital photographs. Include photos of the front and rear of the facility, and sides (where possible) and photos of the deficiencies that are discovered (where practical). All photographs shall be in digital format (.jpg) and provided either in the report database or on a separate CD-ROM. Photographs shall be cataloged and numbered where they can be easily related to the report. 2.6 Quantity calculations and measurements, maps, drawings, sketches/figures, notes and any other information in sufficient detail must be developed and included in the report to document existing conditions, recommended corrections and quantities included in the cost estimates. 2.7 Results of the FCA program will be used to provide USPS executive management with capital planning information, budget projection information, scenario planning information and workload projections. 2.8 The individual FCA report must be posted in the I-CAM application and available to the USPS within 30 calendar days from the date of the Inspection site visit. 3.0 Contract Type. USPS anticipates that this will be an indefinite-quantity contract for a (two) 2 - year base term with four (4), two (2) - year options. 4.0 Administrative Information. 4.1 The information gathered through this RFI will be evaluated by the USPS Facilities Organization and used to develop a request for proposal that will be released in early calendar year 2007. It is anticipated that the 2007 Inspection Program will begin by April 1, 2007 with a completion date of approximately August 1 2007. 4.2 Facility Access ? Inspectors will be required to obtain a security access badge issued by the USPS. This will require completing administrative paperwork and submitting it to the USPS. The Postal Service will conduct security evaluation of employee(s) prior to issuing badges. 4.3 I-CAM. The USPS has a subscription to I-CAM (Condition Assessment Module) provided by Logistics Management Institute. The successful offeror will be provided training and full access to this database application. 4.4 Cost estimates shall be developed to address maintenance and/or construction costs to correct each deficiency observed. The USPS has contracted with The Gordian Group to provide a cost database for building components and systems applicable to Postal facilities. This application is integrated with the I-CAM database. Since USPS uses this database extensively for accomplishing construction projects, it is to be used to develop cost estimates for correcting deferred maintenance items found during the FCA inspection. The Contractor will be given access and trained how to use the Gordian PROGEN database. 4.5 The USPS Program Manager will officially notify the Installation Head of the scope and tentative schedule for the annual inspection cycle (via letter or email). Two weeks prior to an inspection, the inspector shall submit a form letter to the Installation Head outlining the inspection process and purpose. Upon arriving at the site the inspector will briefly reiterate the scope of the inspection to the Installation Head and at the conclusion of the inspection the inspector shall discuss deficiencies found during the assessment and document the debriefing with the Installation Head. 4.6 Inspectors are responsible for having equipment and supplies that they need to conduct the inspections (e.g. digital camera, ladder, etc.). At some locations, the Post Office may have equipment that the inspector can use. However, the contractor must determine if the equipment is in safe, good working order before using it. The contractor assumes all liability: 1) if injured while using USPS furnished equipment and/or 2) to repair or replace equipment if it is damaged. 4.7 Building components or systems which cannot be physically observed shall be noted as such in the report. 5.0 Submittal. 5.1 Each Contractor is asked to provide a proposal that addresses how they would approach this task. At a minimum the proposal should cover: 5.1.1 Minimum qualifications of inspectors. 5.1.2 Types and makeup of inspection teams (anywhere from licensed architects and engineers to mechanical and electrical contractors). 5.1.3 Approach to minimizing travel costs. 5.1.4 An inspection schedule that meets USPS objectives while minimizing costs. 5.1.5 A proposed inspection schedule with rough order of magnitude inspection costs for each of the first five years. 5.2 The submittals should be innovative and focus on meeting the objectives of the USPS, which is to gather the credible data required to support a robust maintenance and repair budget planning program at the least possible cost. 5.3 Since the inspection results will generate a substantial number of repair and alteration projects, offerors may consider packaging the two (inspections and projects) when in combination the total cost would be less than when inspections and repair and alteration projects are completed separately. 5.4 Due date: 15 Business days from date of announcement. 5.5 Statements of interest: Prospective suppliers should submit their statements in three (3), three (3) ring binders, clearly marked with the Company Name and RFI announcement. Information provided should include the following: A. Capacity to perform the work nationwide B. Size and capabilities of staff C. Number and location of offices D. Years in business (5 years minimum) E. Knowledge of web based facilities management applications F. Describe management of the following: facilities condition assessments, developing priority lists, developing 5-year plans for repairs, providing cost estimates for repairs, training of assessors, quality control. G. References including contact information H. Information listed in 5.1.1, 5.1.2 and 5.1.3 above.
 
Place of Performance
Address: 4301 WILSON BLVD, STE. 300, ARLINGTON, VA
Zip Code: 22203-1840
Country: UNITED STATES
 
Record
SN01176121-W 20061105/061103223004 (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.