Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2009 FBO #2599
SOLICITATION NOTICE

Y -- Seismic Life-Safety, Modernization & Replacement of General Purpose Buildings, Phase 2

Notice Date
1/5/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
953
 
Response Due
2/4/2009 4:30:00 PM
 
Archive Date
2/19/2009
 
Point of Contact
Rose L Hoffman,, Phone: (510)486-7705
 
E-Mail Address
rlhoffman@lbl.gov
 
Small Business Set-Aside
N/A
 
Description
PUBLIC ANNOUNCEMENT OF SUBCONTRACTING OPPORTUNITY The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (hereinafter called The University), which is operated under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to solicit competitive proposals from prequalified sources for a Construction Management/General Contractor (CM/GC) Lump Sum subcontract for preconstruction services and construction of the Seismic Life-Safety, Modernization & Replacement of General Purpose Buildings, Phase 2 project located at Lawrence Berkeley National Laboratory, Berkeley, California. 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 a prequalification package as indicated below. The objective of this project is to replace and upgrade seismically unstable, high maintenance facilities at the Lawrence Berkeley National Laboratory (LBNL) with modern, seismically stable, state of the art laboratory space in support of the mission requirements of the Department of Energy's Office of Science. The University desires to award a two-part Subcontract. The first portion of the Subcontract will be for pre-construction construction management (CM) services, including participation in project design development and the bidding out of lower tier-subcontracts. At the University's option, the second portion of the Subcontract will awarded to provide general building contractor (GC) services to construct the project, including the award and management of all lower-tier subcontracts. Minimum requirements for CM/GCs wishing to submit their prequalification documents are: 1) Prospective CM/GC is required to have the following California contractor's license/classification: B GENERAL BUILDING CONTRACTOR. 2) Prospective CM/GC must have completed, as a general contractor, a minimum of 3 projects in the last 10 years, with a construction cost of more than $50 million each. 3) Prospective CM/GC must have maintained an average Workman's Compensation Experience Modification Rate (EMR) of 1.0 or less over the last 3 years. GENERAL DESCRIPTION OF WORK The project scope includes the modernization of Building 74, including upgrades to building systems and 28,000 to 45,382 Gross Square Feet (GSF) of laboratory/office space; construction of a new 35,000 - 43,000 GSF General Purpose Laboratory (GPL); and seismic upgrades and slope stabilization for Building 85, the site-wide Hazardous Waste Handling Facility. Demolition of seismically "very poor" and "poor" (University of California Seismic Rating) space to offset the new construction square footage will be performed as part of this project. The programs to be relocated and the buildings to be demolished will be confirmed during preliminary design based on Laboratory wide priorities. The estimated value of construction for both buildings is $60 to $65 million. CM/GC SERVICES The first portion of this Subcontract will include preconstruction services normally provided by Construction Management firms; including, but not limited to; estimating, scheduling, value engineering, logistic studies, constructability and drawing completeness reviews and coordination reviews, preparation of subcontract packages and conducting competitive bidding of subcontracts. Each building will be designed independently of the other allowing the subcontracts to be bid separately. The second portion of the Subcontract will include construction of the project including, but not limited to; scheduling, coordination of work, providing specified general condition items, safety management, subcontractor management, quality control, submittal process, RFI process, drawing/document control, and change order management. PREQUALIFICATION PROCESS The University has determined that CM/GCs must be prequalified to submit a proposal for this project. Prequalification will be determined by means of a written questionnaire, which all interested CM/GCs must complete accurately and submit for evaluation by the University, to establish the CM/GC's prequalification status. The University will establish a short list of firms determined to be most qualified to perform the project successfully. Prequalified firms will be invited to submit a comprehensive proposal to include both price and technical evaluation factors. A single firm will be selected for award, based on a best value evaluation of proposals received. Prequalification documents consisting of this NOTICE TO CM/GCs FOR PREQUALIFICATION together with the PREQUALIFICATION QUESTIONNAIRE, will be available to interested CM/GCs beginning January 12, 2008 at the following web site: http://facilitiesprojects.lbl.gov/. A non-mandatory job site visit in scheduled on January 28, 2009 at 10:00 AM. For site visit access and meeting location information, contact Rose Hoffman by e-mail at: RLHoffman@LBL.gov listing the names and citizenship country of your attendees, company name, and contact information. Completed pre-qualification documents are due February 4, 2009 Any questions or requests for clarification or interpretation of the Prequalification Documents must be submitted in writing to Rose Hoffman, Lawrence Berkeley National Laboratory, One Cyclotron Rd., M/S 76-225, Berkeley, CA 94729, fax: (510) 486-4687, e-mail: RLHoffman@lbl.gov Questions must be submitted by January 29, 2008. Questions received after that date will be answered at the discretion of the University.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=494f82dde8689b75896fed6acbc34749&tab=core&_cview=1)
 
Place of Performance
Address: one Cyclotron Rd., Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN01726674-W 20090107/090105214954-494f82dde8689b75896fed6acbc34749 (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.