Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOURCES SOUGHT

99 -- Demolition and Environmental Restoration of Old Town

Notice Date
8/5/2010
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
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
968
 
Archive Date
8/24/2010
 
Point of Contact
Rose L Hoffman, Phone: (510)486-7705, Sarah S Eary, Phone: 510-486-6265
 
E-Mail Address
rlhoffman@lbl.gov, sseary@lbl.gov
(rlhoffman@lbl.gov, sseary@lbl.gov)
 
Small Business Set-Aside
N/A
 
Description
ADVERTISEMENT FOR PREQUALIFICATION Subject to conditions prescribed by the University of California, Lawrence Berkeley National Laboratory, responses to the University's prequalification documents for Lump Sum construction Subcontracts are sought for the following project: DEMOLITION AND ENVIRONMENTAL RESTORATION OF OlD Town PREQUALIFICATION CRITERIA SOLICITATION NUMBER 968 To be performed at Lawrence Berkeley National Laboratory (LBNL) One Cyclotron Road Berkeley, CA 94720 Prequalification of Prospective Offerors/Bidders: The University has determined that Offerors/Bidders who submit bids or proposals on this project must be prequalified. Prequalified Offerors will be required to have a valid California contractor's licenses appropriate for the type of work involved. General Description of Work: Provide all labor, material, tools and equipment to complete all work as described in the plans and specifications (under development). The scope of work includes: Work This project includes the deactivation, abatement, demolition, soil remediation and site stabilization of multiple buildings within the Old Town Area of LBNL. The Old Town area of LBNL is in close proximity to the Advanced Light Source in the center of LBNL. Most buildings in Old Town were constructed during and Post WWII as Research and/or support facilities. The scope(s) of work will depend upon funding. Currently funding has NOT been identified. Funding is anticipated to be incremental. Work may be procured by individual buildings or multiple buildings and the work is anticpated to occur over approximately 4 years. The following buildings may be included in the scope of work depending on funding. Building 4 (10,176 gsf) is a concrete shear wall building that was built in 1944. It originally served as a nuclear chemistry and radio chemistry lab.. It currently houses research and administrative offices. Building 5 (7,716 gsf) is a concrete shear wall building that was built in 1950 for the Chemistry Division. It currently houses laboratories and research offices. Building 7 (21,435 gsf) is a wood structure that was built in 1943. It was used as machine shops and also supported the 184" Cyclotron. It currently houses support offices for the Advanced Light Source (ALS) and storage space. Building 7C (479 gsf) is a light wood frame structure that was built in 1977 for office. It currently is used for offices. Building 14 (4,201 gsf) is a wood structure that was built in 1944 as a general stores warehouse. It currently is assigned as laboratories and office space. Building 16 (11,808 gsf) is a wood structure that was built between 1943 - 1948. It originally housed the XC Calutron Magnet and was enlarged to accommodate the Horton Sphere. It's current usage is for shops, laboratories, and storage. Building 16A (339 gsf) is a metal building that was built in 1960. It is used as a storage facility. Building 25A (7514 sq ft), is a steel framed research facility built in 1963. It currently houses laboratories, offices and shop areas. Building 40 (993 gsf) was built in 1947 and is a wood framed barracks type warehouse structure. Building 41 (995gsf) was built in 1948 and is a wood framed barracks type warehouse structure. It currently is used as shops, offices, and storage space. Building 44 (805 gsf) was built in 1956 as a general storage facility and is wood framed with concrete floor. Trailers 44A (481 gsf) and 44B (1441 gsf) were brought to the laboratory in 1956 to house general offices. The trailers are corrugated metal wall panels with flat roofs. Building 52 (5039 gsf) was built in 1943 and housed a quarter scale model of the Bevatron. The building has corrugated metal panel cladding, with a metal gable roof and concrete floor. Building 52A (516 gsf) is a pre-manufactured Butler Building. Some of the buildings are currently occupied. People and material will be vacated prior to turn over to the successful subcontractor. The scope of work includes deactivating utilities such that the buildings are cold and dark prior to abatement activities. Residual induced radioactivity may be present in some of the buildings. Additional potential hazardous materials include lead (e.g., paint, dust, caulk), asbestos, silica, beryllium, PCB, volative organic compounds, and mercury. Soil contamination is anticipated. Scope of work includes site stabilization following demolition and site remediation, if required. Work is anticipated to be solicited in packages of one or multiple buildings. Value of the subcontracts may range from $100,000 to $20,000,000 over the next four years. Some Bid/RFP packages may be set aside for competition only from prequalified small business firms. Estimated Price Range and Construction Period : The estimated value of subcontract awards may range from $100,000 to $20,000,000 over the next four years. Procedures : Please send an email message stating that you are interested in downloading the prequalification package to: RLHoffman@lbl.gov. It is anticipated that the prequalification package will be available at the below website on or after August 6, 2010. LBNL Planning, Design and Construction Future Projects Web Page http://facilitiesprojects.lbl.gov A non-mandatory site visit is scheduled at 7:30 AM on Wednesday, August 11, 2010 for interested parties. Send an Email to Rose Hoffman by 4PM on 8/9/10 if you intend to participate. One original and two copies of your prequalification documents must be sent in on or before August 23, 2010 to: UNIVERSITY OF CALIFORNIA LAWRENCE BERKELEY NATIONAL LABORATORY ATTN: Rose Hoffman MAIL STATION 76-225 BERKELEY, CA 94720 PHONE 510-486-7705 Your prequalification packet must be mailed in or if hand delivered, you must arrange to drop it off. Please send an e-mail, at least one day in advance, to RLHoffman@lbl.gov stating the date and time you intend to drop off your package and the name of the person who will do the drop off. A gate and parking pass can then be arranged and will be sent to you via e-mail. You cannot fax in or e-mail your prequalification documents. The prequalification packet is due on or before 4:00 PM, August 23, 2010. The University reserves the right to request, receive, and evaluate supplemental information after the above time and date at its sole determination. Offerors will be notified whether or not they are prequalified and will be invited to download the Proposal/Bid packages (RFP or IFB) as they are developed. The University expects to request proposals/bids from prequalified bidders beginning in October 2010. The exact dates, times, and other important information will be set forth in an "Announcement to Prequalified Offerors/Bidders" sent by email. Prequalification of prospective offerors, at several levels, will be determined by the evaluation of the following factors contained in the Prequalification Questionnaire: •1. Prequalification Declaration •2. California contractor's license/classification •3. Local Office, business operations and number of years at this location •4. Demolition, Deactivation and Environmental Restoration experience as described in the prequalification documents •5. Staffing experience and staff capabilities •6. Safety record and program. •7. Surety record and bonding rate, capacity and carrier •8. Insurance capacity and rating of insurance carrier •9. Financial data/statement •10. Submittal of information required by the prequalification questionnaire •11. References •12. Business size classification Bidders must comply with the following mandatory requirements in order to prequalify for performance of this project: Contractor must possess a valid California license appropriate for the work to be performed. Provide a listing of prior similar projects. Contractor's Worker's Compensation Experience Modification Rate (EMR) must not have been greater than 1.0 in each of the last 3 years. Contractor must not have had work completed by a surety on any contract since 2000. Contractor must be able to obtain and furnish certificates of required insurance in the following minimum amounts: Note: If Offer can not provide the below levels of insurance, state what levels of insurance you are able to provide. Lower insurance levels may be acceptable for certain lower risk procurements. General Liability: Comprehensive or Commercial Form (a) Each Occurrence $ 5,000,000.00 (b) Products/Completed Operations Aggregate $ 5,000,000.00 (c) Personal and Advertising Injury $ 5,000,000.00 (d) General Aggregate* $10,000,000.00 *(Not applicable to comprehensive form) (e) All Risk Insurance As Required by the General Provisions The All Risk Insurance shall be revised to include the value of any modifications to this subcontract throughout the period of performance. (f) Contractors Pollution Liability $5,000,000.00 Business Automobile Liability: (a) Owned, scheduled, non-owned or hired automobiles $5,000,000.00 (b) Single combined limit of not less than $5,000,000.00 per occurrence. Workers Compensation: As required under California State Law Contractor must not be presently disqualified from performing work for the University of California or another Public Agency or debarred by the U.S. Government. Contractor must submit all required information. The University will determine, solely at its own discretion, whether a firm is prequalified to compete and on which work scope package(s). The University reserves the right to reject any or all responses to Prequalification Questionnaires and to waive non-material irregularities in any response received. Any questions or requests for clarification or interpretation of the Prequalification Documents must be submitted in writing to Rose Hoffman, email: RLHoffman@lbl.gov Clarifications questions and answers will be e-mailed to all who are known by the issuing office to have downloaded the Prequalification Documents and who have provided an e-mail address for receipt of any clarifications. The Lawrence Berkeley National Laboratory is operated by the University of California under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy and the work will be performed under a Subcontract subject to the terms of the prime contract. All work will be performed subject to the Service Contract Act prevailing wages. All information submitted for prequalification evaluation will be considered official information acquired in confidence, and the University will maintain its confidentiality to the extent permitted by law. THE REGENTS OF THE UNIVERSITY OF CALIFORNIA Lawrence Berkeley National Laboratory
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/968/listing.html)
 
Place of Performance
Address: Lawrence Berkeley National Laboratory, One cyclotron Road, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02230318-W 20100807/100805235507-72544fa767a0d73384f05abe449b51cc (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.