Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2003 FBO #0722
SOURCES SOUGHT

Z -- Job Order Contracting

Notice Date
11/17/2003
 
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
859
 
Response Due
12/11/2003
 
Archive Date
12/26/2003
 
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
 
Small Business Set-Aside
Total Small Business
 
Description
LAWRENCE BERKELEY NATIONAL LABORATORY Request For Proposals -- Job Order Subcontract A. INTRODUCTION The Regents of the University of California (?University?) on behalf of the Lawrence Berkeley National Laboratory (?LBNL?) is requesting proposals from general contractors interested in becoming Job Order Contracting Subcontractors for LBNL. This project is hereinafter referred to as the ?project.? B. PROJECT DESCRIPTION A Job Order Contract is an indefinite quantity indefinite delivery contract pursuant to which the Subcontractor will perform a series of individual projects at different site on the LBNL campus and rental facilities. The Request for Proposal (RFP) includes a Construction Task Catalog containing over 150,000 construction tasks with preset unit prices. All unit prices are based on local labor, material and equipment prices including the current Davis Bacon Wage Determination. The RFP also includes Technical Specifications, which set forth the quality of workmanship and quality of materials required for the construction tasks. Subcontractors will propose two Adjustment Factors to be applied to the Construction Task Catalog. These Adjustment Factors will apply to each unit price in the Construction Task Catalog. One Adjustment Factor will be for work performed during normal working hours and the other Adjustment Factor will be for work performed during other than normal working hours. A separate Job Order will be issued for each project. A Job Order will contain a Detailed Scope of Work, the Project Completion Time, and the price to be paid for the work. The Job Order price shall be a lump sum, fixed price for the completion of the Detailed Scope of Work. C. MINIMUM QUALIFICATIONS Interested firms must meet the following minimum requirements in order to qualify for award of a Subcontract: ? The prime subcontractor must be a small business. This is a small business set aside. ? Firm must have a valid contractor license, Class ?B?, which has never been suspended or revoked for any reason. ? Firm?s Workers Compensation Experience Modification Rate (EMR) for the current year and each of the previous two premium years must be 1.0 or better. ? Firm?s OSHA Injury Incidence Rate must be within 20% of the average for general contractors in each of the past 3 years. ? Firm must have a written safety program that includes, at a minimum: 1) a hazard communication plan; 2) an orientation program for new hires; 3) an orientation program for newly hired or promoted foremen; and 4) craft ?toolbox? safety meetings. ? Firm must not have been disqualified by the University of California, debarred by the U.S. Government, or similarly debarred or disqualified by any other public agency at any level of government. ? Firm must never have entered into a contract that had to be completed by its surety. ? Firm must be able to provide a computer-generated CPM schedule for projects. ? Firm must list the names of individuals who will be assigned to key areas of responsibility for projects. ? Firm must agree to accept all provisions of the Subcontract included in the RFP documents. D. PROPOSAL REQUIREMENTS Offerors will submit a both a price proposal and a technical proposal. The technical proposal will address features and attributes set forth in the RFP documents. The University will evaluate the experience, proposed staffing, performance record, safety record and management approach of qualified Offerors and will award a Subcontract to the Offeror providing the best overall value to the University balancing the offered price against other evaluation factors. E. PRE-PROPOSAL CONFERENCE An information meeting for prospective Subcontractors will be held at LBNL, 1 Cyclotron Rd, Berkeley, CA, 94720 on November 25, 2003, at 1:00 p.m., Building 54 Perseverance Hall Conference Room. Confirm attendance and reserve site access permission and site parking by calling Sarah Morgan, phone 510-486-7297, not later than November 23, 2003. At this meeting, the University will discuss the requirements of the RFP and conduct a tour of the LBNL site. F. RFP DOCUMENTS RFP Documents may be obtained by contacting Sarah Morgan, phone number as above, e-mail SRMorgan@lbl.gov. G. RECEIPT OF PROPOSALS Proposals must be submitted to Sarah Eary, LBNL Procurement, One Cyclotron Rd., M/S 69-R201 by 5:00 p.m., on December 11, 2003. Address questions to Sarah Eary, (510) 486-6265, e-mail sseary@lbl.gov.
 
Place of Performance
Address: One Cyclotron Road, Berkeley, California
Zip Code: 94720
 
Record
SN00471214-W 20031119/031117211842 (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.