Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
MODIFICATION

C -- MECHANICAL, ELECTRICAL, PLUMBING, CONTROLS AND STRUCTURAL

Notice Date
1/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
AE-5197
 
Archive Date
2/17/2012
 
Point of Contact
John H Tennyson, Phone: (510)486-5255, Cheri Shay-Stewart, Phone: (510) 486-5736
 
E-Mail Address
jhtennyson@lbl.gov, CShay-Stewart@lbl.gov
(jhtennyson@lbl.gov, CShay-Stewart@lbl.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PUBLIC ANNOUNCEMENT - Mechanical, ELECTRICAL, Plumbing, Controls and STRUCTURAL Engineering 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 Mechanical Engineering, Electrical, Plumbing (MEP) Controls, and Structural engineering services in support of the LBNL's Facilities Department construction projects and services. The subcontract will be a Master Task Agreement (MTA) with Task Orders. 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, Emeryville, Oakland and Walnut Creek. 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 architect-engineering companies are encouraged to submit qualifications as directed below. All forms and a Sample MTA will be posted at http://facilitiesprojects.lbl.gov/ LBNL intends to enter into one or more MTA(s) with MEP Engineering companies that will lead a Team of Mechanical, Electrical, Plumbing, Controls and Structural professionals in completing engineering design tasks under the respective MTA. No Architectural work is envisioned. The Agreement(s) term will be approximately 3 years with 2 one year extension options. The University makes no guarantee that any Task Orders will be placed against any MTA. Individual Task Orders may be awarded on a lump sum or hourly rate basis and may vary in complexity or duration. The total dollar value of awarded Task Orders issued under each MTA is estimated to be approximately $500,000.00 per year. Issuance of Task Orders will be contingent upon available funding. LBNL is free to assign and allocate electrical and/or mechanical design requirements with other architect-engineering companies that are under subcontract or may be selected in the future. In addition, the University retains the exclusive right to self-perform any or all portion(s) of the architect-engineering requirements. The architect-engineering company(s) and its subsidiaries or affiliates shall be excluded from the award of any construction subcontract that is based on the engineer's design. Small Business Set-Aside This Requirement is a small business set aside. Companies must meet the small business size standard in order to be eligible for award of a MTA. The applicable size standard is that prescribed by the U.S. Small Business Administration for NAICS Code 541330 and the description is Engineering Services. Companies with average annual receipts averaging less than $4,500,000.00 for the preceding three completed fiscal years are considered small businesses. The MEP Subcontractor must be a Small Business, but this requirement is not applicable to the entire team. Scope of Services Potential Task Orders may include but not be limited to, construction drawings and specifications or engineering calculations suitable for pricing and construction: Mechanical/Plumbing Engineering : Perform mechanical/plumbing system scoping & design including heat loads and pressure loss calculations, equipment sizing, ductwork & piping layout, equipment control schematics, and equipment schedules. Electrical Engineering: Perform electrical engineering work to a University provided scope and for design modifications to electrical power, control, signaling and communications systems within buildings and the Laboratory-wide electrical infrastructure. Perform electrical system studies including but not limited to short circuit, protective relay coordination, steady and transient state voltage drop, transient/harmonic analysis, power factor corrections, arc flash protection (NFPA 70E), grounding step and touch potential using software by SKM Systems Analysis, Inc. Controls System Design Engineering : Perform energy management system scoping & design including advance metering requirement per EPACT 2005. Develop control schematics including sequences of operation. Structural Design Engineering: Perform preliminary/conceptual structural engineering of the feasibility of proposed additions or modifications to existing structures. Perform detail structural engineering (including calculations, drawings and specifications) for modifications and/or additions to existing structures, equipment foundations/supports and seismic anchorage of equipment. Requirements : In order to qualify, companies must meet the following requirement: Design Team Lead: The Principal of the awarded company is required to be a registered electrical or mechanical engineer in the State of California. The Principal will direct the work and be responsible for quality assurance. All work must be sealed by a CA licensed Engineer of the appropriate discipline. Design Team: The primary firm and each of its consultants must have a California registered professionals assigned to the project team. The following areas of expertise are required: Mechanical Electrical Controls Structural In addition, the design team must include a cost estimator (preferably ASCE or ASPE certified). Qualifications: All work must be sealed by a California licensed engineer of the appropriate discipline. Location : The Principals and leads assigned to this project (mechanical, electrical, controls, and structural) must be loc a ted w i t hin fifty ( 50) a ir miles f rom B e rk e l e y, CA. All companies must demonstrate the ability to respond to inquires by the University's Technical Manager within 24 hours. Documentation Compatibility : Each company must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project, and AutoCAD 2007. Building Information Modeling (BIM) capability is also required. Selection Criteria: For firms meeting the above minimum requirements, the following criteria shall be the basis of selection. Company Experience: The overall experience and technical competence of the company in performing similar work. The company must have specific experience within approximately the last five years involving upgrades, additions, alterations, modifications of laboratory, administrative, industrial and office buildings. The projects shall be listed in the Standard Form 330, Section F, and include any other supplemental information necessary to address this criteria. The company should have experience in cost effective environmentally sustainable design. 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 design services represented by the projects described. Assignment of Personnel : Each company 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. The University desires evaluated company to be familiar with NFPA 70E in design and construction, and LEED Accreditation in mechanical and electrical design. 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 principals and other 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 these criteria. Past Performance : Companies must provide information about its past record in performing work for DOE Laboratories, other government agencies, University of California, other universities and private industry. Companies are encouraged to provide any available documentation that would indicate their ability to complete concurrent Task Order 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. Energy Efficiency : A-E firm's experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials, and other criteria at FAR 36.602-1. Interested companies meeting the requirements described above must submit an original and 5 completed copies of the U.S. Government Standard Form 330, Parts I and II. Companies may also submit original and 5 copies of any supplemental information necessary to further address the Selection Criteria. One binder / set must be marked "Original" and contain : SF 330 (completed) with Resumes Other qualifying information Representation and Certification Form (completed) A CD or flash drive with submitted documentation s a v e d in e le c tronic f o r m a t A single separate sealed envelope that contains labor rate and other pricing information must be included with the qualifying information. Labor rates will not influence the University's technical evaluation, but must be reasonable and may be negotiated prior to any final award decision. Proposed Labor Rates for Calendar Years (January to December) 2012, 2013 and 2014 (Option Years 2015 and 2016 Labor Rates will be negotiated prior to the Option award) The Rate Sheets must be in a sealed envelope and not be included with other "Copy Packages" The envelope should also include a CD / flash dive w i t h s ubm i t t e d rate s a v e d in e le c tronic f o r m a t. Information Meeting : I nt e r e sted p a rties must a t t e nd a n information meeting that will be held on site LBNL in the Building 50 Auditorium on January 11 20 1 2 between 08:00 and 10:00 A.M. P le a se c ont a c t Ms. Cheri Shay-Stewart via e - m ail at CShay-Stewart@lbl.gov or telephone (510) 486-5736 to c onfi r m a t t e nd a n c e a nd a r r a n ge for g a te ac c e ss n o lat e r than January 6, 2012. Questions: Direct any questions concerning this announcement via email to John H. Tennyson at JHTennyson@lbnl.gov or phone (510) 486-5255 no later than January 6, 2012. Submissions : Submissions must be received by the University's Procurement Representative NLT close of business, February 2, 2012. 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: John H. Tennyson, One Cyclotron Road, Mail-Stop 76L-108, Berkeley, CA 94720. Include Reference #5197.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/AE-5197/listing.html)
 
Place of Performance
Address: Lawrence Berkeley National Laboratory, One Cyclotron Road, Mail-Stop 76L-108, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02656118-W 20120120/120118234311-7644792550b8b94db291a26cce388ba9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.