Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOURCES SOUGHT

C -- Plan Check Engineering Services

Notice Date
8/1/2008
 
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, California, 94720
 
ZIP Code
94720
 
Solicitation Number
5177
 
Archive Date
9/17/2008
 
Point of Contact
Rose L Hoffman,, Phone: (510)486-7705, Laura B Crosby,, Phone: (510) 495-2607
 
E-Mail Address
rlhoffman@lbl.gov, LBCrosby@lbl.gov
 
Small Business Set-Aside
N/A
 
Description
University of California Ernest Orlando Lawrence Berkeley National Laboratory PUBLIC ANNOUNCEMENT REQUEST FOR QUALIFICATION # 5177 -- Plan Check Engineering Services 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 Plan Checking services in support of the LBNL's Facilities Division. The subcontract will be an indefinite delivery task order type, Basic Ordering Agreement. 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 a subcontract with one or more firms to perform Plan Check of architectural, structural, mechanical, plumbing and electrical construction documents in support of the LBNL Building Official. The selected firm(s) will provide professional services for the review of proposed structural and non-structural buildings, to include electrical, plumbing, mechanical, public works, and earthworks plans in conformance with all applicable regulatory requirements. The subcontract will be for a one-year period, with an option, at the sole discretion of the University, to extend for up to three one-year periods. One or more task assignments, with 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 $200,000. 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 Plan Check requirements with other firms that are under contract or may be selected in the future. In addition, the LBNL Facilities Engineers retain the exclusive right to perform any or all portions of the Plan Check requirements. SCOPE OF SERVICES: The Plan Check of construction documents may include projects for: •New laboratory, industrial and office buildings •Laboratory, Industrial and Office Building alterations & improvements •ASCE-41 seismic rehabilitation of existing buildings •Tenant improvements in leased facilities LBNL desires in-depth knowledge and proven experience with the procedures, policies, methodologies and standard work practices of performing municipal building plan reviews. It is desired that the submitting firm have experience with California Building Codes as well as University of California and Federal Government facilities similar to LBNL. All work must be performed on a timely basis based on LBNL's various construction schedules and will often require very short turn-around times. Work Scope will include: •Perform plan reviews using subject matter experts, for building (structural and non-structural), disabled access, life safety, plumbing, mechanical, electrical, public works, and earthworks plan review of submitted documents to ensure compliance with all current Codes and regulations. The selected firm will be released of all liability for standard items related to ADA and accessibility, parking count, path of travel, fully dimensioned site plans and hazardous material inventory; these items shall be eliminated from Plan Check services by the LBNL Building Official. •Review and recheck of field changes and deferred submittals as needed. •Perform accelerated plan review on an as-needed basis. This may require a 24-hour turn-around on certain "fast track" plan reviews. Normal plan review turn-around time requires plans to be reviewed and returned to LBNL with approval/comments within 10 business days (this includes travel time). •Plans shall be delivered within 24-hours to the successful firm after receiving notification from LBNL. Return of plan check documents and comments to LBNL shall be part of the plan review services. •Process plan revisions and verify that corrections have been satisfactorily made. •Availability to confer with LBNL staff at LBNL, by telephone, email and fax during all normal business hours, which are 8:00 am to 5:00 pm Monday through Friday. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: Location: All firms must have a permanent office located within fifty (50) miles of Berkeley, California. Qualifications: Plan examiners shall be International Code Council (ICC) certified and architects and engineers shall be registered in the State of California, for the appropriate discipline. Documentation Compatibility: Each firm must be able to generate, receive, or convert documents into Microsoft WORD and Microsoft EXCEL. Selection Criteria: For firms meeting the above minimum requirements, the following criteria shall be the basis of selection. The criteria are not listed in 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 performing Plan Check for 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. 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 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 demonstrate 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 their education and credentials. 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 because 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, if any (see below). Consideration will be given to the firm's status as a small, small disadvantaged, small woman owned, small veteran owned and HUB zone business. NAICS Code and Business Size Standard: The Federal Government Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) to identify industry size standards for small businesses. The NAICS code for this subcontracting opportunity is 541330, and the description is "Engineering Services." The small business size standard is annual receipts of $4.5 Million or less. Annual receipts are based on the average annual gross revenue for the past three complete fiscal years. Refer to Subpart 19.1 - Size Standards of the Federal Acquisition Regulation (FAR) for information on calculating your annual average gross revenue. Interested firms meeting the requirements described above must submit three (3) completed copies of the U.S. Government Standard Form 330, Parts I and II. They may also submit three (3) 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." Additionally, please provide one copy of your submittal via electronic submittal (e-mail attachements) or on CD. Submissions: Submissions must be received by close of business, Tuesday, September 2, 2008. 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: (US Mail, Courier or Hand Delivery) Lawrence Berkeley National Laboratory RFQ-5177, Procurement - Attn. Rose Hoffman One Cyclotron Rd. - Mail Stop 90F0119 Berkeley, CA 94720-8288 If you deliver your submission in person, please send an e-mail request to Rose Hoffman at RLHoffman@lbl.gov at least three (3) days before the due date to arrange for site access and parking. Direct any questions concerning this announcement to Ms. Rose Hoffman at phone: (510) 486-7705 or e-mail: RLHoffman@lbl.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=696b9c47f808a3ac4f36db8d4f54ba03&tab=core&_cview=1)
 
Place of Performance
Address: Lawrence Berkeley Laboratory, One Cyclotron Rd., Berkeeley, California, 94720, United States
Zip Code: 94720
 
Record
SN01629233-W 20080803/080801222611-696b9c47f808a3ac4f36db8d4f54ba03 (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.