Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

C -- Architectural/Engineering Qualifications for Seismic Phase 3 Project

Notice Date
11/5/2009
 
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: 71-259, Berkeley, California, 94720, United States
 
ZIP Code
94720
 
Solicitation Number
5190
 
Archive Date
12/17/2009
 
Point of Contact
Marguerite A Fernandes, Phone: (510) 486-5158
 
E-Mail Address
mafernandes@lbl.gov
(mafernandes@lbl.gov)
 
Small Business Set-Aside
N/A
 
Description
AE Solicitation No. 5190 (Seismic Phase 3) The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), which is operated under a Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to subcontract for Professional Architectural/Engineering (AE) services for the Seismic Phase 3 Project. Construction cost for the project is estimated to be $60 million. This is not a request for quotation. It is an announcement for subcontracting opportunities with the University of California. Interested firms are encouraged to submit qualifications as indicated herein. For information visit - http://facilitiesprojects.lbl.gov A. PROJECT SCOPE SUMMARY The AE firm will provide design services for the LBNL Seismic Upgrades, Modernization & Replacement of General Purpose Buildings, Phase 3 project ("Seismic Phase 3 Project"). This Project will contain the following: 1. Construction of a new 40,000-50,000 gsf general purpose laboratory building to replace existing seismically deficient buildings that cannot be cost-effectively upgraded 2. Upgrade & modernize ~10,000 gsf of seismically poor rated Building 26 (Medical Services) 3. Upgrade & modernize ~15,000 gsf of seismically poor rated Building 54 (Conference & Food Service Center) or replace with a new ~20,000 gsf Conference & Food Service Center 4. Replace the seismically poor rated Fire Station (Buildings 45 & 48) with a new modern ~5,000 gsf Fire Station 5. Demolish an equal amount of gross square footage of seismically poor rated buildings B. SCOPE OF SERVICES The work includes, but is not limited to, the following professional architectural engineering services: 1. Conceptual Design 2. Preliminary and final designs, including drawings, specifications, calculations, and cost estimates 3. Professional design support services during the construction phase The University does not guarantee that any subcontract will be awarded as a result of this announcement and reserves the right to award a subcontract for only a portion of the work described. C. MINIMUM REQUIREMENTS In order to qualify, candidates must meet the following minimum requirements: 1. Location: The primary firm and sub-consultants must maintain a local office within seventy-five (75) air miles of Berkeley, California and must assign a principal to lead the effort on behalf of the firm from the local office. All other sub-consultants must be located within the United States. 2. Design Team: The following specialized expertise shall be represented by the proposing teams: a. Leading discipline: Architecture b. Sub-consultants: Civil Engineering, Laboratory Planning, Landscaping, Structural, Electrical, Mechanical (HVAC, Plumbing, Fire Protection) Engineering, Telecommunication, Hazardous Materials, and Construction Cost Estimating 3. Registered Architect to Lead the Design Team: The primary (leading) firm must have a California-registered Architect in charge of the design for the entire project. Sub-consultants must have a California-registered professional assigned to the project team. 4. Qualifications: All work must be sealed by a California-licensed Architect or Engineer of the appropriate discipline. 5. Documentation Compatibility: The primary firm and sub-consultants must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project, and AutoCAD 2000, SAP2000, MATHCAD 13. D. SITE VISIT Interested parties may attend a site visit on Thursday, November 19, 2009 at 10 AM. If you attend, wear comfortable walking shoes. Please contact Marissa Smithwick no later than November 17, 2009 by 12 PM, at 510.486.6088, or via email - mlsmithwick@lbl.gov, to confirm attendance and arrange for gate access. E. SMALL BUSINESS SIZE STANDARD As a requirement of its contract with DOE to operate the Laboratory, the University must report the business size of each firm they subcontract with. Therefore, the offeror must fill in the provided Representation and Certification form and return it with their submission. The applicable size standard is prescribed by the U. S. Small Business Administration, the NAICS Code for the work is 541310, and the description is Architectural Services. Under this criteria, firms with average annual receipts averaging less than $4.5 million for the latest three (3) completed fiscal years are considered small businesses. F. SUBMISSION PROCEDURE Interested firms meeting the requirements described above must submit an original and four completed copies each of U.S. Government Standard Form 330, Parts I and II and a copy of the provided Representations and Certification Form. Also, provide proposed rates as listed below. Firms may also submit one original and four 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) • Representation and Certification Form (completed) for Solicitation No. 5170 • Other qualifying information • Proposed Labor Rate sheets for calendar years 2010, 2011 and 2012 • The Rate Sheets must be in a sealed envelope and not be included with the other "Copy Packages" • A CD with submitted documentation saved in electronic format with searchable text (Adobe Portable Document format is preferred) All forms and a sample subcontract with General Provisions can be found at: http://facilitiesprojects.lbl.gov. Submissions must be received no later than 5:00 PM (PST), December 2, 2009. Submissions that are received after the time and date specified or with insufficient copies of the SF 330 forms may not be considered. Fax copies of the submittal will not be considered. Submissions should be addressed to and include Solicitation No. 5170: Lawrence Berkeley National Laboratory Attention: Marguerite Fernandes Solicitation No. 5190 One Cyclotron Road, Mail Stop 76R0225 Berkeley, CA 94720 If you prefer to deliver your submission in person to M. Fernandes, please call Marissa L. Smithwick at 510.486.6088 at least one day before proposals are due to arrange a gate pass. G. QUESTIONS Direct any questions concerning this announcement to Marguerite Fernandes, preferably via email address: mafernandes@lbl.gov, or by phone: 510.486.5158.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/5190/listing.html)
 
Place of Performance
Address: Lawrence Berkeley National Laboratory, 1 Cyclotron Road, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN01998875-W 20091107/091105235708-4a8769ede9ce07bd07f82991fa73c5fe (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.