Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOURCES SOUGHT

C -- Commissioning Services for GPL-Phase 2 - Announcement-Ref5195

Notice Date
1/6/2011
 
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: 71-259, Berkeley, California, 94720, United States
 
ZIP Code
94720
 
Solicitation Number
Reference-5195
 
Archive Date
2/16/2011
 
Point of Contact
Sharon A Ropes, Phone: 510-486-6932, ,
 
E-Mail Address
saropes@lbl.gov,
(saropes@lbl.gov, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
Representations and Certifications Form Ref5195 SF 330 Form Announcement Ref5195 PUBLIC ANNOUNCEMENT REFERENCE #5195 For information visit - http://facilitiesprojects.lbl.gov/, Reference #5195 - after January 7, 2010. 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 professional Architect-Engineering (AE) Commissioning Services in support of a new General Purpose Laboratory (GPL) Building that is part of the Seismic Life-Safety, Modernization, and Replacement of General Purpose Buildings, Phase 2 Project. The new General Purpose Laboratory (GPL) component of the Seismic Phase 2 project involves the construction of a 43,000 GSF laboratory building with a construction value of approximately $35M. The GPL's site will be located in the Old Town area of the LBNL campus, on the site currently occupied by Building 25. Project goals for the GPL include the development of a flexible, state-of-the-art facility to accommodate a diverse range of scientific research activities. The building is designed as a 3-story structure with the building entry located at the northern end of the building. Offices are generally aligned along the western edge of the building with laboratory spaces aligned along the eastern edge of the building. A third party commissioning agent will be engaged to review design documents to ascertain performance and operational test requirements for all major building systems. A commissioning plan to test and evaluate system performance both individually and collectively against approved design criteria will be prepared during the design period. Functional performance tests will be established and all designated systems will be tested against the performance criteria. Results will be recorded, and corrective actions initiated when required. The University intends to select one firm to provide assistance to LBNL, and to LBNL's Architect/Engineer and Construction Manager/General Contractor in the commissioning of systems and equipment associated with this new facility. 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 qualifications as indicated below. NOTICE OF SMALL BUSINESS SET-ASIDE: Qualifications are solicited only from small business concerns, as that term is defined in FAR Subpart 2.1. Qualifications received from concerns that are not small business concerns will not be considered and any subcontracting opportunities resulting from this announcement will be made to a small business concern. The North American Industry Classification System (NAICS) Code for this acquisition is 541310, Architectural Services. The corresponding small business size standard for this acquisition is annual receipts of $4.5 Million or less. Annual receipts are to be based on the average annual gross revenue for the past three fiscal years. The Offeror shall complete the Small Business Program Representations clause in the attached Representations and Certifications form based on this small business size standard. Refer to Subpart 19.1 - Size Standards of the Federal Acquisition Regulation (FAR) for information on calculating the annual average gross revenue. SCOPE OF SERVICES: The work includes but is not limited to professional commissioning services. Project Scope Summary: 1) The Commissioning Consultant will be responsible for the following activities related to the General Purpose Laboratory (GPL) Project: • Review of design documents - starting with conceptual design drawings and calculations. • Create Commissioning Plan. • Review of all contractor submittals. • Conduct commissioning (mechanical and enhanced electrical) of finished building. • Adhere to LEED 2009 standards, providing services therein described. 2) The GPL Building will be constructed between July 2011 and July 2013. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: 1) The firm must have performed commissioning services on a project of similar size and complexity within the last 5 years. 2) Software: Microsoft® Office Suite must be used for project documentation. 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) Assignment of Personnel: The principal and individuals assigned to this project must demonstrate their successful experience in performing commissioning work on laboratory projects comparable in size and scope to the General Purpose Laboratory (GPL) Project. The firm shall fully describe the individual's role and responsibility under each project. Special consideration will be given to firms that are assigning the same personnel from those projects listed under Item #2 below. 2) Firm Experience: The primary firm shall list at least two completed projects within the last 5 years, on which the firm provided commissioning support services. Projects should be of similar size and complexity to the General Purpose Laboratory (GPL). The firm shall describe each project and specify the role and responsibilities of the personnel assigned to the project. Special consideration will be given to firms that are assigning the same personnel from the projects listed under Item #1 above. The two projects shall be listed in the Standard Form SF 300 and include any other supplemental information necessary to address this criteria. Experience providing similar services for a Federal or University of California project is preferred. 3) Energy Efficiency: The University will evaluate the experience of the primary firm and any designated team members in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials. 4) Past Performance: The University will consider the firm's past record in performing work for DOE, other government agencies, University of California, other universities and private industry. The firm shall provide evidence of successful performance of past project and reference information to allow for verification. 5) Location: The Principals and individuals assigned to this project from the primary firm and all of its sub-consultants (if any) must be located within reasonable proximity of Berkeley, California. 6) Socio-economic procurement goals: Ability of the primary firm to further the University's goals for subcontracting with small, small disadvantaged, small woman-owned, small veteran-owned and Hub-zone small businesses. Interested firms meeting the requirements described above must submit four (4) completed copies each of U.S. Government Standard Form 330, Parts I and II and one (1) completed copy of the provided Representation and Certification form. Firms are encouraged to submit four (4) copies of any supplemental information necessary to further address the Selection Criteria. It is preferred that all submittals include one CD which includes submitted documents in electronic format with searchable text. Submissions: Submissions must be received by 5:00 p.m., February 1, 2011. 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 submittals will not be considered. Submissions should be addressed to Lawrence Berkeley National Laboratory, One Cyclotron Road, Berkeley, CA 94720: Attention: Sharon Ropes, Building 76, Mail Stop 76R0225. Direct any questions concerning this announcement to Sharon Ropes (510) 486-6932.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/Reference-5195/listing.html)
 
Place of Performance
Address: One Cyclotron Road, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02355194-W 20110108/110106233853-b9f45bd93c0042fe13af0e37323a15b7 (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.