Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOURCES SOUGHT

C -- Electrical & Mechanical Engineering Services

Notice Date
2/28/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
Reference-Number-5160
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), which is operated under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to subcontract for Electrical & Mechanical Engineering services in support of the LBNL?s Facilities Division, Design & Construction Department construction projects and services. The subcontract will be an indefinite delivery task order type contract. Lawrence Berkeley National Laboratory is a large diversified research facility consisting of over 80 buildings spread over 130 acres of hilly terrain adjacent to the University of California, Berkeley Campus as well as off-site facilities in the cities of Berkeley, Oakland and Walnut Creek. 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 directed below. LBNL intends to enter into subcontracts with electrical & mechanical engineering firms to perform electrical & mechanical engineering tasks under respective subcontracts. A firm need not have both capabilities in order to submit qualifications; it is anticipated that separate subcontracts for electrical engineering services and mechanical engineering services will be awarded. The subcontract(s) will be for a one-year period, with an option, at the sole discretion of the University, to extend for up to three additional one-year periods. One or more task assignments, of no guaranteed amount or duration, will be issued each year. Individual tasks will be performed on a lump sum or hourly rate basis and will vary in complexity or duration. The total dollar value of tasks issued for any one year under the subcontract will not exceed $500,000. The University makes no guarantee as to the dollar value or number of task assignments to be authorized pursuant to the award of the subcontract. Issuance of subcontract tasks will be contingent upon available funding. LBNL is free to assign and allocate electrical & mechanical engineering requirements with other engineering firms that are under contract or may be selected in the future. In addition, the Facilities Engineers retains the exclusive right to perform any or all portion of the architect-engineering requirements. The engineering firm and its subsidiaries or affiliates shall be excluded in the award of any construction contract that is based on the engineer?s design. (Reference FAR 36.209) TOTAL SMALL BUSINESS SET ASIDE. This Requirement is a total small business set aside. Firms must meet the small business size standard in order to be eligible for award of a subcontract. The applicable size standard is that prescribed by the U.S. Small Business Administration for NAICS Code 541330, Engineering Services. Firms with average annual receipts averaging less than $4,500,000 for the preceding three completed fiscal years are considered small businesses. SCOPE OF SERVICES: The project work may include: Electrical Engineering Firm: Perform electrical engineering work to provide scope and design for modifications to electrical power, control, signaling and communications systems within buildings and the Laboratory-wide electrical infrastructure. Perform electrical system studies including but not limited to short circuit, protective relay coordination, steady and transient state voltage drop, transient/harmonic analysis, power factor corrections, arc flash protection (NFPA 70E), grounding step and touch potential using software by SKM Systems Analysis, Inc. Mechanical Engineering Firm: Perform mechanical system scoping & design including heat loads and pressure loss calculations, equipment sizing, ductwork layout, equipment control schematics, equipment schedules and development contract documents. Perform energy management system scoping & design including advance metering requirement per EPACT 2005. Develop control schematics and development contract documents. Provide process and plumbing system scoping and design work including pipe routings, equipment sizing, pipe sizing, underground mechanical process piping layout and development contract documents. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: a. Location: All firms must be permanently located within seventy-five (75) air miles of Berkeley, California. b. Principal: Appropriate to the subcontract, the Principal of the firm is required to be an electrical or mechanical engineer registered in the State of California. The Principal will direct the work and be responsible for quality assurance. All work must be sealed by a CA licensed Engineer of the appropriate discipline. c. Documentation Compatibility: Each firm must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project, and AutoCAD 2000. 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 overall experience and technical competence of the firm in performing similar work. The firm must have specific experience within the last five years involving upgrades, additions, alterations, modifications of laboratory, administrative, industrial and office buildings. The projects shall be listed in the Standard Form 330, Section F, and include any other supplemental information necessary to address this criteria. The firm should have experience in cost effective environmentally sustainable design. Experience will be evaluated on the basis of breadth and depth, similarity to contemplated projects at Berkeley Laboratory, as well as the overall quality of design services represented by the projects described. 2) Assignment of Personnel: The firm must identify principals and individuals to be assigned to work on projects under the subcontract. Designated individuals must have specific experience, within the last five years, with projects involving upgrades, additions, alterations and modifications of laboratory, administrative industrial and office buildings. Personnel will be evaluated on the basis of the similarity of their experience to that expected to be required on work to be performed at Berkeley Laboratory and on the overall quality of their work as represented by the projects described. The resumes of key personnel proposed for the work shall be listed in the Standard Form 330, Section E, and include any other supplemental information necessary to address this criteria. Additional desirable requirement: Familiar with NFPA 70E in design and construction, LEED certification in electrical & mechanical design. 3) Past Performance: The firm must provide information about its past record in performing work for DOE, other government agencies, University of California, other universities and private industry. Firms are encouraged to provide any available documentation that would indicate their ability to complete projects on time and within budget, their ability to respond to changing workload requirements and schedules, and the overall satisfaction of past customers with their work. Submittals should include complete and current contact information of past customers; the University will check references as necessary to evaluate past performance. 4) Business Size: Submitting firms must indicate their size status and that of their sub-consultants. Consideration will be given to the primary firm and consultants? status as a small, small disadvantaged, small woman owned, small veteran owned and HUB zone business. Interested firms meeting the requirements described above must submit five (5) completed copies of the U.S. Government Standard Form 330, Parts I and II. They may also submit five (5) copies of any supplemental information necessary to further address the Selection Criteria. SF 330 form can be found at the U.S. General Services Administration website ? http://www.gsa.gov under ?About GSA,? ?Forms Library.? Site Visit: Interested parties may attend a site visit on Wednesday, March 15, 2006 from 10:00 AM -12:00 PM at Bldg 66 Auditorium. Please contact Sharell Geddins at 510-486-5661 no later than Monday, March 13, 2006 to confirm attendance and arrange for a gate pass. Submissions: Submissions must be received by close of business, Friday, March 31, 2006. Submissions that are received after the time and date specified or with insufficient copies of the SF 330 forms may not be considered. Facsimile copies of the submittal will not be considered. Submissions should be addressed to Lawrence Berkeley National Laboratory, Attention: Marguerite Fernandes, One Cyclotron Road, Mail-Stop 69R0102, Berkeley, CA 94720. Include Reference #5160. Direct any questions concerning this announcement to Ms. Marguerite Fernandes at (510) 486-5158.
 
Place of Performance
Address: One Cyclotron Rd, Berkeley, CA, And other off-site locations in Oakland, Berkeley, Walnut Creek, CA
Zip Code: 94720
Country: USA
 
Record
SN00996000-W 20060302/060228212054 (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  © 1994-2020, Loren Data Corp.