Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOURCES SOUGHT

C -- User Support Building

Notice Date
5/13/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Energy, Lawrence Berkeley National Laboratory (DOE Contractor), Lawrence Berkeley, 1 Cyclotron Road MS: 937-200, Berkeley, CA, 94720
 
ZIP Code
94720
 
Solicitation Number
5150
 
Response Due
6/17/2003
 
Archive Date
7/2/2003
 
Point of Contact
Sarah Eary, Manager, Construction Real Property Subcontracts, Phone 510-486-6265, Fax 510-486-4386, - Sarah Eary, Manager, Construction Real Property Subcontracts, Phone 510-486-6265, Fax 510-486-4386,
 
E-Mail Address
sseary@lbl.gov, sseary@lbl.gov
 
Description
PUBLIC ANNOUNCEMENT The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), which is operated under Prime Contract DE-AC03-76SF00098 with the U.S. Department of Energy (DOE), intends to subcontract for professional Architect-Engineering (AE) services for a proposed new User Support Building. Construction cost for the project is currently estimated in the $11,000,000 to $15,000,000 range. The proposed User Support Building will be a new multi story structure adjacent to the Advanced Light Source Building on the main LBNL site. The proposed building is planned to be a state-of-the-art facility for preparation and support of research at several National User Facilities located on the LBNL site. Users in all disciplines will be supported (condensed matter physics, biology, materials, chemistry, environmental and earth sciences, atomic and molecular physics, nano sciences, etc.). The project includes demolition and removal of existing buildings, construction of a new building and related road, utility and sitework. The building will contain a high-bay assembly/staging area, semi-clean rooms, a modern analytical laboratory, office and conference space. This is not a request for quotation. It is an announcement for subcontracting opportunities with the University of California, Ernest Orlando Lawrence Berkeley National Laboratory. Interested firms are encouraged to submit qualifications as indicated below. SCOPE OF SERVICES: The work includes, but is not limited to, professional architectural and engineering services. ? Architectural and engineering design. ? Conceptual Design Report. ? Preliminary and final construction documents including drawings, specifications, calculations, and preparation of record drawings, which reflect as-built conditions upon completion of construction. ? Construction cost estimating. ? Attendance at meetings scheduled for design reviews or coordination. ? Design professional support services during bidding and construction. ? A separate subcontract may be awarded to a Construction Manager (CM) for the project. The CM typically works with the AE and LBNL in all phases of the project. Typical, CM work may include, but is not limited to, the following: ? constructability review ? independent construction cost estimate ? construction schedule ? document control. Project Scope Summary: a) Sitework including demolition and removal of building and structures. b) Design and construction of a new research support building, related structures and associated utilities in compliance with applicable codes. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: a. Location: The Principals and individuals assigned to this project from the primary firm and the primary sub-consultants (architectural, structural, mechanical and electrical) must be located within seventy five (75) air miles of Berkeley, California. All other sub-consultants must be located within the United States. b. California Registered Professionals: The primary firm and each of its consultants must have a California registered professional assigned to the project team. b. Documentation Compatibility: The primary firm and sub consultants must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project, and AutoCAD 2000. c. Qualifications/Collaboration: All work must be sealed by a California licensed Architect or Engineer of the appropriate discipline. The primary firm and any sub-consultants must have worked together on at least two projects with similar scope in the past ten years. d. Registered Architect to Lead the Design Team: The primary firm (not a consultant) must have a registered architect in charge of the design for the entire project. This individual must have experience in presenting large projects to decision-making bodies. e. Design Team: It is expected that the following specialized expertise will be represented by the proposing AE Teams: Leading discipline: Architecture Engineering: Mechanical, Electrical, Structural, Civil, Plumbing, Fire Protection, Geotechnical Construction cost estimator Acoustic/vibration control specialists/consultants Life cycle cost / operating and maintenance efficiency/ energy conservation strategists Selection Criteria: For firms meeting the above minimum requirements, the following criteria shall be the basis of selection. The criteria are listed in descending order of importance. 1) Firm Experience: The primary firm (Architectural) and major sub-consultants (Mechanical, Electrical, Civil/Structural and Architectural) must have recently completed projects that involve research laboratories for chemistry, biology, physics, clean rooms, and characterization imaging in the high tech, academic or industrial environment. Projects should be of similar size and complexity to the User Support Building. The firm shall describe each project and specify the role and responsibilities of the personnel assigned to the project. Special consideration will be given to firms that are able to assign the same personnel from the similar projects. The two projects shall be listed in the Standard Form SF 255, Paragraph 8, and include any other supplemental information necessary to address this criteria. The firm shall demonstrate knowledge of the EPA Comprehensive Procurement Guidelines for recycled-content building materials, and experience in cost effective environmentally sustainable design. The primary firm must have worked on at least one project with similar scope in the past ten years. 2). Assignment of Personnel: The principal and individuals assigned to this project must demonstrate successful experience in the design and coordination of design disciplines on complex laboratory building projects within the last five years. Commitment of the firm and its consultants to assign qualified personnel to positions of responsibility for the duration of the project will be considered. 3) Project Experience: In addition to the projects listed under item 1, list other projects that demonstrate experience in the following areas: ? Experience in design of H Occupancy facilities. ? Evidence of ability to perform all design phases of the work, to produce construction documents of superior quality and to meet the completion schedule for each phase. ? Demonstrated record of providing effective cost control and quality control. ? Demonstrated record of providing timely response with respect to project schedule milestones, Requests for Information and Change Orders during design and construction. ? Experience with preparation of bidding documents and contracts for design and construction in the public sector. ? Demonstrated ability to work with Owner's design team during the project development. ? Demonstrated ability to work with a Construction Manager. 4) Past Performance: Past record in performing work for DOE, other government agencies, University of California, other universities and private industry. 5) Affirmative Action: Ability of the firm to further the University's small, disadvantaged or woman-owned business affirmative action objectives. Interested firms meeting the requirements described above must submit six (6) completed copies each of U.S. Government Standard Form 254 and 255. They may also submit six (6) copies of any supplemental information necessary to further address the Selection Criteria. Site Visit: Interested parties may attend a site visit on June 6 at 11:00 a.m. Please contact Helen Daye at 510-486-4576 to confirm attendance and arrange for gate access. Submissions: Submissions must be received by close of business, June 17, 2003. Submissions that are received after the time and date specified or with insufficient copies of the 254/255 forms may not be considered. Facsimile copies of the submittal will not be considered. Submissions should be addressed to Lawrence Berkeley National Laboratory, One Cyclotron Road, Berkeley, CA 94720: Attention: Ms. Sarah Eary, Building 937, MS 937 R0400. Direct any questions concerning this announcement to Ms. Sarah Eary (510) 486-6265.
 
Place of Performance
Address: One Cyclotron Road, Berkeley, California
Zip Code: 94720
Country: USA
 
Record
SN00322964-W 20030515/030513213327 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.