Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOURCES SOUGHT

C -- Energy Engineering, Recommissioning and Retrocommissioning, Energy and Water Auditing Services

Notice Date
4/3/2009
 
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
ReferenceNo5184
 
Archive Date
5/9/2009
 
Point of Contact
Marguerite A Fernandes,, Phone: (510) 486-5158, Sarah S Eary,, Phone: 510-486-6265
 
E-Mail Address
mafernandes@lbl.gov, sseary@lbl.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Energy Engineering, Recommissioning and Retro-commissioning, Energy and Water Auditing 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 Energy and Water Evaluations of existing buildings, including energy auditing and building commissioning / retro-commissioning services in support of the LBNL's Facilities Division. The subcontract will be a Master Task Agreement (MTA) with Task Orders. 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. The purpose of this effort is to conduct energy and water evaluations of LBNL Covered Facilities in accordance with the requirements of the Facility Energy Management Guidelines and Criteria provided for under the federal Energy Independence and Security Act of 2007 (EISA) Section 432. This is not a request for quotation. It is an announcement for subcontracting oppor¬tunities 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 Agreement(s) with one or more firms to perform energy engineering tasks under the respective Agreement(s). The Agreements(s) will be for a one-year period, with an option, at the sole discretion of the University, to extend for up to two additional one-year periods. The total dollar value of awarded Task Orders issued for any one year under the subcontract is estimated at approximately $150,000. Individual Tasks Orders may be awarded on a lump sum or hourly rate basis and may vary in complexity or duration. The University makes no guarantee that any Task Orders will be placed against a MTA. Issuance of Task Orders will be contingent upon available funding. LBNL is free to assign and allocate energy engineering services with other engineering firms that are under subcontract or may be selected in the future. In addition, the University retains the exclusive right to perform any or all portion(s) of the engineering requirements. The engineering firm(s) and its subsidiaries or affiliates shall be excluded from the award of any construction subcontract that is based on the engineer's design. (Reference FAR36.209) 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 prescribed by the U.S. Small Business Administration for NAICS Code 541330, and the description is 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: Potential Task Order work may include but not be limited to: • Commissioning, recommissioning and retrocommissioning; Energy and Water Evaluations of new and/or existing Laboratory, Industrial and Office Buildings following guidance and procedures addressed in the DOE - Federal Energy Management Program publication, "Facility Energy Management Guidelines and Criteria for Energy and Water Evaluations in Covered Facilities(42 U.S.C. 8253 Subsection (f), Use of Energy and Water Efficiency Measures in Federal Buildings)", dated 25 November 2008. (A copy of this document is provided as Attachment A.) • Compliance with the Energy and Water Evaluations provisions of 423 U.S.C 8253 Subsection (f) as addressed in the Energy Independence and Security Act of 2007 • Conceptual and preliminary design and analyses of Laboratory, Industrial and Office Building alterations and improvements to achieve energy and water savings and to ensure optimum performance of a facility, in accordance with the design or current operating needs while meeting building occupancy requirements • Level 1, 2 and 3 Energy Audits per ASHRAE Applications Handbook, Chapter 35, 2007 edition • Working with existing LBNL building heating, ventilating and air conditioning control systems, both automated and local, including Metasys, Barrington and Automated Logic Corporation and legacy pneumatic control systems • Preparation of Life-Cycle Cost Analyses and retrofit measure cost estimates in conformance with the requirements of 10 CFR 436 • Third party peer review of energy engineering, building energy and water auditing, recommissioning and retrocommissioning engineering and study reporting documents produced by other subcontracted engineering firms • Quality assurance of energy engineering, building energy and water auditing, recommissioning and retrocommissioning engineering and study reporting documents produced 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: The Principal of the firm is required to be a Registered Mechanical Engineer (PE) in the State of California, or a Certified Energy Manager (CEM) registered with the Association of Energy Engineers, or a Leadership in Energy and Environmental Design Accredited Professional (LEED-AP) registered with the U.S. Green Building Council. The Principal will direct the work and be responsible for firm's quality assurance. All work must be sealed and or signed by a PE registered in the State of California, CEM, or by a LEED-AP, 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. Ability to effectively employ EnergyPro® building energy use computer simulation software, or other similar computer program approved by the California Energy Commission for use in Title-24 building compliance approvals. 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 approximately the last five years involving energy and water efficiency and sustainability upgrades, additions, alterations, modifications, recommissioning and retrocommissioning, energy and water auditing of laboratory, administrative, industrial and office buildings. The projects shall be listed in the Standard Form 330, Section F, and included in any other supplemental information necessary to address this criteria. The experience of the office(s) that would perform the work should be listed, not other branch office work. 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 energy engineering, recommissioning and retrocommissioning, energy and water auditing services represented by the projects described. 2) Assignment of Personnel: Each firm 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. 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 the criteria. The University desires firms to be familiar with NFPA 70E in design and construction and LEED Accreditation in 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, if any. 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. 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. a. Short listed companies may be invited to participate in an oral interview that will be scheduled by the University and may be held at LBNL. The University will require that the Principal and key personnel, whose qualifications were submitted for review, attend this interview. The oral interview is not intended to be a marketing presentation, but an open discussion between engineering professionals. 2) The University's Selection Committee shall select the best qualified firm(s) based on qualification packages, oral interviews and other information. 3) Award negotiations will be initiated by the University with the firm(s) determined to be most qualified. SUBMISSION PROCEDURE: Interested firms meeting the requirements described above must submit an original and two completed copies of the U.S. Government Standard Form 330, Parts I and II and a completed copy of the provided Representation and Certification Form. Firms may also submit one original and two copies of any supplemental information necessary to further address the Selection Criteria. All submittals shall include one CD including submitted documents in electronic format with searchable text (Adobe Portable Document format is preferred). One binder / set must be marked "Original" and contain: • SF 330 (completed) • Other qualifying information • Proposed Labor Rates sheets 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) • A CD with submitted documentation saved in electronic format with searchable text (Adobe Portable Document format is preferred). All forms and a Sample MTA can be found at http://facilitiesprojects.lbl.gov/. Submissions: Submissions must be received by close of business, Friday, 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: Marguerite Fernandes, One Cyclotron Road, Mail-Stop 76R0225, Berkeley, CA 94720. Include Reference #5184. Questions: Direct questions concerning this announcement to Ms. Marguerite Fernandes at phone: (510) 486-5158 or e-mail: MAFernandes@.lbl.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fe91929192af5b5d9283050b863d87e&tab=core&_cview=1)
 
Place of Performance
Address: One Cyclotron Road, Berkeley, CA and possible LBNL off-site locations in Berkeley, Oakland and Walnut Creek, CA, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN01785595-W 20090405/090403221208-4fe91929192af5b5d9283050b863d87e (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.