Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOURCES SOUGHT

C -- Electrical and Mechanical Engineering Design Services - From SF 330 - Rep & Cert Form

Notice Date
3/10/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural 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
AE5183
 
Archive Date
5/9/2009
 
Point of Contact
John H Tennyson, Phone: (510)486-5255
 
E-Mail Address
jhtennyson@lbl.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Complete and submit Complete and submit SF 330 PUBLIC ANNOUNCEMENT - ELECTRICAL AND MECHANICAL ARCHITECT-ENGINEERING DESIGN 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 Electrical and Mechanical Engineering services in support of the LBNL's Facilities Department construction projects and services. The subcontract will be a Master Task Agreement (MTA) with Task Orders. 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 architect-engineering companies are encouraged to submit qualifications as directed below. LBNL intends to enter into one or more Agreement(s) with electrical and/or mechanical design Architect-Engineering (A-E) companies to perform electrical and/or mechanical design tasks under the respective Agreements. The Agreement(s) term will be approximately 30 months. The University makes no guarantee that any Task Orders will be placed against any MTA. Individual Task Orders may be awarded on a lump sum or hourly rate basis and may vary in complexity or duration. The total dollar value of awarded Task Orders issued under each MTA is estimated to be approximately $500,000.00. Issuance of Task Orders will be contingent upon available funding. LBNL is free to assign and allocate electrical and/or mechanical design requirements with other architect-engineering companies that are under subcontract or may be selected in the future. In addition, the University retains the exclusive right to self-perform any or all portion(s) of the architect-engineering requirements. The architect-engineering company(s) and its subsidiaries or affiliates shall be excluded from the award of any construction subcontract that is based on the engineer's design. TOTAL SMALL BUSINESS SET ASIDE. This Requirement is a total small business set aside. Companies 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 and the description is Engineering Services. Companies with average annual receipts averaging less than $4,500,000.00 for the preceding three completed fiscal years are considered small businesses. SCOPE OF SERVICES: Potential Task Orders may include but not be limited to, calculations construction drawings and specifications suitable for pricing and construction: Electrical Architect-Engineering Companies: >Perform electrical engineering work to a University provided scope and for design 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/Plumbing Architect-Engineering Companies: >Perform mechanical/plumbing system scoping & design including heat loads and pressure loss calculations, equipment sizing, ductwork & piping layout, equipment control schematics, and equipment schedules. Controls System Design Engineering Companies: >Perform energy management system scoping & design including advance metering requirement per EPACT 2005. Develop control schematics Requirements: In order to qualify, companies must meet the following requirement: a. Principal: The Principal of the awarded A-E company is required to be a registered engineer of the appropriate discipline (electrical or mechanical) 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. b. Documentation Compatibility: Each company must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project, and AutoCAD 2000. Selection Criteria: The following criteria shall be the basis of initial selection. The criteria are listed in descending order of importance. 1) Company Experience: The overall experience and technical competence of the company in performing similar work. The company must have specific experience within approximately the last five years involving upgrades, additions, alterations, modifications of laboratory, administrative, industrial and office buildings. The University desires that the selected company have previous successful experience working for the U.S. Department of Energy or for a National Laboratory. The projects shall be listed in the Standard Form 330, Section F, and include any other supplemental information necessary to address this criteria. The company 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: Each company must identify principals and individuals to be assigned to work on projects under the subcontract. Designated individuals must have specific experience, within approximately the last five years, with projects involving upgrades, additions, alterations and modifications of laboratory, administrative industrial and office buildings. The University desires evaluated company to be familiar with NFPA 70E in design and construction, and LEED Accreditation in mechanical and electrical design. 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 these criteria. 3)Past Performance: Companies must provide information about its past record in performing work for DOE, other government agencies, University of California, other universities and private industry. Companies 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 companies must indicate their size status and that of their sub-consultants. 5) Location: All companies must demonstrate the ability to respond to inquires by the University's Technical Manager within 24 hours. The University prefers that that a local office be permanently located within seventy-five (75) air miles of Berkeley, California. All sub-consultants must be located within the United States. Selection Procedure: 1) A University Selection Committee will review all qualification packages received and short-list the companies determined to be highly qualified. The University's determination shall be final and not subject to dispute. Companies submitting qualifications packages are assumed to acknowledge and accept this submission condition. 2) Short listed companies may be invited to participate in an oral interview that will be scheduled by the by the University and may be held at the LBNL. The University will require that the Principal and key design personnel whose qualifications are submitted for review attend this interview. The Oral interview is not intended to be a marketing presentation. The Oral interview is intended to be an open discussion between design professionals. 3) The University's Selection Committee shall select the best qualified company based on qualification packages, oral interviews and other information. 4) Award negotiations will be opened between the University and the company/companies determined to be most qualified. Interested companies meeting the requirements described above must submit an original and 2 completed copies of the U.S. Government Standard Form 330, Parts I and II. Companies may also submit original and 2 copies of any supplemental information necessary to further address the Selection Criteria. The University anticipates many qualification submissions from companies specializing in Electrical and/or Mechanical A-E Design Services, but not both. Therefore, Companies must clearly identify their qualification intentions. The University intends to evaluate qualifications in segregated sets as specified by the submitting companies. The sets will be: •Electrical and Mechanical A-E Design Services •Electrical only A-E Design Services •Mechanical /plumbing only A-E Design Services One binder / set must be marked "Original" and contain: •SF 330 (completed) •Other qualifying information •Proposed Labor Rates for Calendar Years 2009, 2010 and 2011 •The Rate Sheets must be in a sealed envelope and not be included with other "Copy Packages" •Representation and Certification Form (completed) All forms and a Sample MTA can be found at http://facilitiesprojects.lbl.gov/. Questions: Direct any questions concerning this announcement via email to John H. Tennyson at JHTennyson@lbnl.gov or phone (510) 486-5255 no later than March 20, 2009. The University will answer all question nlt April 3, 2009 and will be posted at http://facilitiesprojects.lbl.gov/ Submissions: Submissions must be received by the University's Procurement Representative nlt close of business, April 24, 2009. 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: John H. Tennyson, One Cyclotron Road, Mail-Stop 76-225, Berkeley, CA 94720. Include Reference #5183.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=099e73833779729da92d445a2b075b8f&tab=core&_cview=1)
 
Place of Performance
Address: One Cyclotron Road, Mail-Stop 76-225, Project #5183., Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN01765755-W 20090312/090310215620-099e73833779729da92d445a2b075b8f (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.