Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

C -- AE Multi-Discipline Design Services - AE Sources Sought Reference #5196

Notice Date
10/21/2011
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Energy, Lawrence Berkeley National Laboratory (DOE Contractor), Lawrence Berkeley National Laboratory, 1 Cyclotron Road, Berkeley, California, 94720, United States
 
ZIP Code
94720
 
Solicitation Number
5196
 
Archive Date
12/6/2011
 
Point of Contact
Sharon A Ropes, Phone: 510-486-6932
 
E-Mail Address
saropes@lbl.gov
(saropes@lbl.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AE Sources Sought Reference #5196 PUBLIC ANNOUNCEMENT - A/E SOLICITATION #5196 Multi-Discipline Architect/Engineering Design Services For information visit - http://facilitiesprojects.lbl.gov/, Reference #5196 - After October 20, 2011 The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (Berkeley Lab), which is operated under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to subcontract for full multi-discipline professional Architect-Engineering (AE) design services in support of LBNL Facilities Division's construction projects and services. The subcontract will be an indefinite delivery task order type contract. Berkeley National Laboratory is a large diversified research facility consisting of over 80 buildings spread over 200 acres of hilly terrain adjacent to the University of California, Berkeley Campus as well as off-site facilities in the cities of Berkeley, Oakland, Emeryville and Walnut Creek. The project types may include new construction, alterations and improvements to existing laboratory, industrial, and office facilities, tenant improvements in leased facilities, and underground infrastructure modifications. LBNL intends to enter into a subcontract with one or more firms to perform multi-task assignments issued as separate tasks under the subcontract. The subcontract will be for a period of three years, with an option, at the sole discretion of the University, to extend for up to two additional one-year periods. One or more task assignments, of no guaranteed amount or duration, will be issued during the contract term. Individual tasks will be performed on a lump sum or hourly rate basis, and will vary in complexity and duration. Construction cost of projects for which services are requested will range from $30,000.00 to $500,000.00. The University makes no guarantee as to the dollar value or number of task assignments to be authorized pursuant to the award of the subcontract. A typical project will consist of the following phases and design services: 1.Conceptual design that will be developed from a site visit, discussions with the user and subject matter experts (SME). The conceptual design will convey basic information so a rough cost estimate and schedule can be developed. 2.Should the project receive approval, the design phase shall begin based on the selected delivery method. These delivery methods will be determined by the Project Manager, ranging from Design/Bid/Build to Design/Build (Bridging Documents). 3.Construction Administration: Bid Walk and bid assistance, bid review, submittal review, RFI responses, site inspection, punchlist and warranty administration. Types of Projects: 1.Office and laboratory renovations and modifications 2.Research equipment installations 3.Infrastructure replacement and improvements 4.Site repair and modifications 5.Design standards including specifications development Issuance of subcontract tasks will be contingent upon available funding. LBNL is free to assign and allocate architect-engineering requirements with other engineering firms that are under contract or may be selected in the future. In addition, LBNL retains the exclusive right to perform all or any portion of the architect-engineering requirements. 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 will include but is not limited to design development, construction documents, and technical oversight during construction. The work will include providing plans and specifications, cost estimates, design and construction schedules, shop drawing reviews, preparation of operating and maintenance manuals, as built drawings, and other related services as may be required for each task assigned. The work may also include investigation, consultations, planning, programming, site work, utilities, and conceptual studies in several disciplines. The firm will be responsible for the professional quality, technical accuracy, and coordination of all design drawing, specifications, and other services furnished. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: 1.Design Team Lead: The primary firm must have a registered architect in charge of the design for the multi-disciplinary projects. Single discipline infrastructure projects must have a registered engineer of the corresponding discipline in charge of the design. 2.Design Team: The primary firm and each of its consultants must have a California registered professional assigned to the project team. The following areas of expertise are required: • Architecture • Civil/Structural • Mechanical • Electrical (including fire alarm, communications/paging, CCTV, ACCESS Security and SCADA systems) In addition, the design team must include a cost estimator (preferably ASCE or ASPE certified). 3.Qualifications: All work must be sealed by a California licensed Architect or Engineer of the appropriate discipline. 4.Documentation Compatibility: The primary firm and sub consultants must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project (Office Suite) and AutoCAD. 5.Location: The Principals and leads assigned to this project from the primary firm and the major sub-consultants (architectural, civil/structural, mechanical, and electrical) must be located within fifty (50) air miles of Berkeley, California. All other sub-consultants must be located within the United States. Selection Criteria: For firms meeting the above minimum requirements, the following criteria shall be the basis of selection. 1.General Qualifications, including: a.Reputation and standing of the firm and its principal members. b.Experience and technical competence in performing comparable work. The primary firm and major sub-consultants (Mechanical, Electrical, and Civil/Structural) must have specific experience, within the last five years, involving upgrades, additions, alterations and modifications of laboratory, administrative, industrial and office buildings which may contain hazardous materials. The projects shall be listed in the Standard Form SF 300 and include any other supplemental information necessary to address this criteria. Experience will be evaluated on the basis of its breadth and depth, its similarity to contemplated projects at Berkeley Laboratory as well as the overall quality of design services represented by the projects described. c. Interest of company management in performing repetitive work for the Laboratory and contribution of top officials to that effort. d.Experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials. The firm shall demonstrate knowledge of the EPA Comprehensive Procurement Guidelines for recycled-content building materials, and experience in cost effective environmentally sustainable design. e.Volume of past and present workloads. 2.Personnel and Organization: The firm must identify principals and individuals to be assigned to work on projects under the subcontract and describe how the firm and the project will be organized to manage the master task agreement as whole and individual projects that may be performed. Evaluation will consider: a.Specific and recent experience of proposed team members with projects involving upgrades, additions, alterations and modifications of laboratory, administrative industrial and office buildings which may contain hazardous materials. 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 the Laboratory and on the overall quality of their work as represented by the projects described. Evaluation will also include: i.Technical skills of team members in planning, organizing, executing and controlling work; ii.Abilities in overall project coordination and management; and iii.Experience working together as a team. b.Proposed organization in support of this effort, delegations of responsibility, and assignments of authority; c.Availability of additional competent, regular employees for support as needed; d.Experience and qualifications of additional proposed sub-consultants that the firm may propose for specialized needs on specific projects that may be performed under the resulting agreement. 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.Labor Rates: Firms must include a listing of proposed billing rates for labor categories to be used in performing projects and a description of the labor categories to include minimum qualifications and general duties. Labor rates will be evaluated to determine that they are in line with the local market for similar services and comparable to rates currently being paid. Interested firms must submit one (1) original and 7 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 (1) original and 7 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. The original document being submitted should be bound and marked "Original" and contain: •Completed SF330 •Other Qualifying Information •Proposed Labor Rates and Labor Category Descriptions •Completed Representation and Certification Form •A CD with Submitted Documentation Saved in Electronic format with Searchable Text Site Visit: Interested parties may attend as site visit on Wednesday, November 2, 2011 from 1:30pm - 4pm at Bldg 76, Conference Room 235. Please contact Cheri Shay-Steward at cshay-steward@lbl.gov or Sharon Ropes at SARopes@lbl.gov to confirm attendance and arrange for gate access not later than Monday October 31, 2011. Submissions must be received no later than 3pm (PST), November 21, 2011 Submissions that are received after the time and date specified or with insufficient copies of the SF330 forms may not be considered. Fax copies of the submittal 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 76-207C. Firms hand delivering submissions must contact Sharon Ropes at least 24 hours prior to submittal date in order to arrange for Laboratory site access. Direct any question concerning this announcement to Sharon Ropes (510) 486 6932. Refer to listed website for any updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/5196/listing.html)
 
Place of Performance
Address: Hill-Site Location:, One Cyclotron Road, Berkeley, CA, and Oakland, Emeryville, Walnut Creek off-site locations, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02610884-W 20111023/111021234003-afd33ad015b289ded8f05494c8cda4b6 (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.