Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOURCES SOUGHT

C -- Tunnel Engineering Design Services - DOCUMENTS - PUBLIC ANNOUNCEMENT Tunnel Engineer SOLICITATION 5202

Notice Date
3/28/2012
 
Notice Type
Sources Sought
 
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
LBNL-5202
 
Archive Date
5/9/2012
 
Point of Contact
Steven Filippoff, Phone: (510) 486-5646, ,
 
E-Mail Address
smfilippoff@lbl.gov,
(smfilippoff@lbl.gov, /div)
 
Small Business Set-Aside
N/A
 
Description
Alternate to Attachment 3: Complete this form (pdf) and return with your submission. Complete this form (MSWord) and return with your submission. Complete this form and return with your submission. Announcement Document PUBLIC ANNOUNCEMENT - Tunnel Engineer Solicitation 5202 The University of California (University), which operates and manages the Ernest Orlando Lawrence Berkeley National Laboratory (Berkeley Lab) under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to subcontract for Tunnel Engineering design services in support of a potential future scientific facility that would include an underground structure to house scientific equipment. The University intends to enter into a subcontract for design services from Pre-conceptual Design through Construction Administration for a tunnel at Berkeley Lab. Estimating services would be required. If an alternate site is determined to be the preferred site, then work may not be assigned under this solicitation. Architectural Engineering services for above ground structures and fit out of the tunnel (i.e. final egress stairs, lighting, ventilation, etc.) to be designed by others. Geotechnical services will also be provided by others. These scopes are excluded from this solicitation. Issuance of subcontract tasks will be contingent upon available funding. The University 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, The University 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. The University will evaluate the qualifications of firms submitting information and will select a short list of the most highly qualified firms who will be invited to interview and to submit additional information. Short listed firms may be required to prepare a sample task proposal. SCOPE OF SERVICES: The work may include but would not necessarily be limited to the tunneling excavation, reinforcing, preliminary lining, final lining, waterproofing, material disposal, storm and ground water drainage and egress shafts. Additional services may include such services as review of construction contract language, contractor market surveys, bid analysis, acquisition strategy, etc. The firm will be responsible for the professional quality, technical accuracy, and coordination of all design drawings, 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 engineer in charge of the design. 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: ● Civil ● Structural 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 Engineer of the appropriate discipline. 4. Documentation Compatibility : The primary firm and sub consultants must be able to generate, submit, receive, and/ or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft PROJECT (Office Suite, 2010 version preferred) and AutoCAD. Cost estimates submitted to Berkeley Lab are to be provided in Microsoft EXCEL. 5. Location : The Principals, leads, and 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 must have specific experience, within the last five years, involving tunnel construction of similar scale. Preference is for tunnels which are in similar geologic formations (Orinda formation), are below the water table and have demanding operational environmental conditions (active occupied site, minimal vibrations, strict settlement criteria, temperature stability, low EMI, etc.). The projects shall be listed in the Standard Form SF 330 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 project at Berkeley Lab as well as the overall quality of design services represented by the projects described. c. Experience 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. d. Business size of the primary firm and proposed sub-consultants. The University will favorably consider a firm's ability to further the University's small business procurement goals. 2. Personnel and Organization : The firm must identify principals and individuals to be assigned to work on this project and describe how the firm and the project will be organized to manage this project. Evaluation will consider: a. Specific and recent experience of proposed team members with similar projects. Personnel will be evaluated on the basis of the similarity of their experience to that expected to be required on this project and on the overall quality of their work as represented by the projects described. Evaluation will also include: ● Technical skills of team members in planning, organizing, executing and controlling work; ● Abilities in overall project coordination and management; and ● Experience working together as a team. The University will favorably consider firms that assign the same personnel from those projects identified as being similar in accordance with paragraph 1 above. b. Proposed organization in support of this effort, delegations of responsibility, and assignments of authority; c. Geographical proximity of the firm(s) (principal firm and proposed sub-consultants) to the University and Berkeley Lab and the ability to be responsive (in-person) will be considered; d. Availability of additional competent, regular employees for support as needed; e. 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, the 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 by the University for Similar Services. 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 $14.0 million, as prescribed by the U.S. Small Business Administration for NAICS Code 541330, description Engineering 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 $14.0 million or less for the latest three (3) completed fiscal years. This subcontracting opportunity is not a small business set-aside. SITE VISIT: Interested parties may attend a site visit on April 10, 2012. Please contact Troy Cortez via e-mail at TCortez@lbl.gov to confirm attendance and arrange for gate access no later than April 6, 2012. SUBMISSIONS: Interested firms must submit one (1) original and seven 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 seven 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 and organized in the same fashion as the original submittal. 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 Submissions must be received no later than 4:00 PM (PST), April 24, 2012. Submissions that are received after the time and date specified or with insufficient copies of the SF330 forms may not be considered. Fax or emailed copies of the submittal will not be considered. Submissions should be addressed to: Lawrence Berkeley National Laboratory, One Cyclotron Road, Berkeley, CA 94720: Attention: Steven Filippoff, Building 76, Mail Stop 76R0225. Firms hand delivering submissions must contact Steve Filippoff at least 24 hours prior to submittal date in order to arrange for Berkeley Lab site access. ADDITIONAL INFORMATION: For additional information visit - http://facilitiesprojects.lbl.gov/, Direct any question concerning this announcement to Steve Filippoff (510) 486-5646.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/LBNL-5202/listing.html)
 
Place of Performance
Address: Lawrence Berkeley National Laboratory, One Cyclotron Road, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02707348-W 20120330/120328234715-6fa72509e87990dd25e47b02568fadc6 (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.