Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOURCES SOUGHT

C -- A/E Services for Bldg 84 Center for Isotope Geochemistry - B84 CIG Renovation - AE Announcement B84 CIG Renovation REF No. 5199

Notice Date
1/24/2012
 
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
5199
 
Archive Date
2/24/2012
 
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
A/E Announcement AE Solicitation No. 5199 Building 84 Center for Isotope Geochemistry (B84 CIG Renovation) 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 Building 84 CIG Renovation Project. The construction cost for the project is estimated to be $4.1 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. A. PROJECT SCOPE SUMMARY The AE firm will provide design services for the LBNL Building 84 Center for Isotope Geochemistry Renovation Project (B84 CIG Project). This Project will consist of the following: 1. Reprogramming and upgrading of approximately 5,750 sf of the second and third floor labs of Building 84 into Class 1,000 clean rooms, a Class 10,000 mass spectrometry lab and general purpose labs. Building 84 is an existing general purpose lab building constructed about 20 years ago. The work will include selective demolition of interior finishes, lab equipment, walls and utilities and construction of new clean rooms and labs, including related structural, mechanical, controls, electrical, life safety and equipment upgrades within an occupied building. B. SCOPE OF SERVICES The work includes, but is not limited to, professional architectural engineering services based on a previously approved conceptual design, including: 1. Preliminary and final designs, including drawings, specifications and calculations. We anticipate hiring the General Contractor early in the design process and our intent is to have the General Contractor assist in the design process to streamline the construction phase. 2. 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, as applicable and as selected by Architect, unless otherwise noted: Civil Engineering, Laboratory Planning, Landscaping, Structural Engineering, Mechanical Engineering (HVAC, Plumbing), Electrical Engineering and Telecommunications Engineering (NOTE: telecommunications engineer shall consult with LBNL in-house telecom services group to ensure that the proper devices, device placement and cabling is designed). Additionally, the Architect shall contract with HYT, LBNL's Fire Protection Engineer, for sprinkler and fire alarm engineering. 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. SELECTION CRITERIA For firms meeting the above minimum requirements, the following criteria shall be the University's basis of selection. The criteria are not listed in order of importance. 1. Firm Experience: The primary firm and sub-consultants must have recently completed projects that involve design of new laboratories and renovation of existing laboratories of similar size and complexity to the proposed B84 CIG Project. The primary firm shall describe each representative project, and list them in the Standard Form SF 330, Section F, including any other supplemental information necessary to address this criterion. The primary firm must have worked on at least two projects with similar scope in the past five years. 2. Personnel Experience: The principal and individuals assigned to this project must demonstrate successful experience in providing design and construction administration services for similar laboratory and support building projects within the last five years. 3. Past Performance: The primary firm and sub-consultants must demonstrate successful experience in providing design and construction administration services for projects completed within the approved scope, schedule and budget during the last five years. A list of references, including name, current telephone number, and associated project, shall be provided for the University to verify past performance. 4. National Laboratory /University of California / DOE Experience: The primary firm shall demonstrate previous successful experience working for the U.S. Department of Energy, for a National Laboratory, for the University of California, or similar institutions. 5. Assignment of Personnel: The University will consider a primary firm's commitment and its consultant's commitment to dedicate qualified personnel to positions of responsibility for the duration of the project. The University will favorably consider firms that assign the same personnel from similar projects. 6. Small Business Participation: The University will favorably consider a firm's ability to further the University's small business procurement goals. E. SITE VISIT Interested parties may attend a site visit on Thursday, February 2, 2012 at 2 PM (we will meet in Building 84, 2nd Floor Lobby). Please contact Susan McCutchan, (Phone: 510.486.4075, email: SEMcCutchan@lbl.gov) no later than January 31, 2012 by 5 PM, if you would like to attend so that site access and parking passes can be arranged. The walk-through is not mandatory. F. SMALL BUSINESS SIZE STANDARD As a requirement of its contract with DOE to operate the Laboratory, the University must report the size of each business that the Laboratory subcontracts with. Therefore, the submitting firm must complete the attached Representation and Certification form and return it with their submission (see Attachment 1 - Representations and Certifications). The applicable size standard for this opportunity is $4.5 million, as prescribed by the U.S. Small Business Administration for NAICS Code 541310, description Architectural Services. To verify a firm is a small business, the firm's gross receipts and any other company affiliated with the firm, must have a "total income" (or in the case of a sole proprietorship "gross income") that averaged $4.5 million or less for the latest three (3) completed fiscal years. G. CONSULTANT BILLING RATES Provide the proposed billing rates for the proposed design team, and other individuals in the firms that may perform work on the proposed project, principals to administrative staff. Note: Firms represent by the submission of rates that they are not proposing to charge the University higher than the rates charged for same or similar services when providing such services to other customers, and that such rates do not exceed those charged to any other government entity. H. SCHEDULE MILESTONES Tentative schedule milestones are as follows: •A/E Contract award: Early March 2012 •Begin Design Development:Early March 2012 •Complete Design Documents (100% Construction Set): 60 days late June 2012 •Contractor bid period: 7/27/12 - 8/27/12 •Begin construction: mid-September 2012 •Complete construction: June 2013 I.SUBMISSIONS Interested firms meeting the requirements described above must submit one (1) original and four (4) completed copies each (bound and three hole punched), of U.S. Government Standard Form 330 Parts I and II and any supplemental information necessary to further address the Selection Criteria. In the marked "original" submittal also include the completed Representation and Certification Form, proposed labor rate sheets, and a CD or USB memory stick with submitted proposal documentation saved in electronic format with searchable text (Adobe Portable Format is preferred). All forms can be found at http://facilitiesprojects.lbl.gov/ Submissions must be received no later than 5:00 PM (PST), February 9, 2012. 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: VIA US Mail, Courier, or Hand Delivery to: Lawrence Berkeley National Laboratory Procurement - Attn: Marguerite Fernandes Reference No. 5199 One Cyclotron Road - Mail Stop 76R0225 Berkeley, CA 94720-8288 For firms who want to hand deliver submissions, contact Marguerite Fernandes at 510.486.5158 two days prior of submittal date in order to arrange for Laboratory site access. Deliver to the above at office address Building 76, cubicle 207B. J.QUESTIONS Direct questions and comments concerning this announcement to Marguerite Fernandes, at e-mail address: MAFernandes@lbl.gov, or by phone at 510.486.5158.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/5199/listing.html)
 
Place of Performance
Address: One Cyclotron Road, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02659615-W 20120126/120124234005-919e1fd3684f4b0049ed75e339e31574 (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.