SOLICITATION NOTICE
56 -- Demolition & Deconstruction Professional Services - RFP SH1106-2017 D&D Prof Services - LBNL D&D Program
- Notice Date
- 12/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help 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
- RFP-SH1106-2017
- Archive Date
- 2/7/2018
- Point of Contact
- Scott Hobbs, Phone: 5104866981
- E-Mail Address
-
SAHobbs@lbl.gov
(SAHobbs@lbl.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- LBNL D&D Program Accounting System RFP SH1106-2017 Rep/Cert RFP SH1106-2017 Response Form RFP SH1106-2017 Sample Master Agreement RFP SH1106-2017 D&D Prof Services The University of California, Lawrence Berkeley National Laboratory ("University" or "LBNL") requests a proposal for Master Agreement (Agreement) to provide professional services for (1) a Program Director (PD) to lead the Demolition and Deconstruction (D&D) Program (Program) for the Projects and Construction Office (PCO), and (2) a Project Manager (PM) to develop, implement, administer, and manage D&D Projects from the conceptual phase through planning, engineering, procurement, construction, and close-out, in accordance with this RFP, Sample Master Agreement and its Incorporated Documents, and other enclosures. LBNL anticipates needing the Program Director services in February 2018 (or sooner if possible). LBNL anticipates needing the Project Manager services in March 2018. Projects that the PD and/or PM may work on under the Program may range in size from less than $50,000 to over $100,000,000. Projects may involve legacy radiologically and chemically contaminated facilities from the 1940's or other eras, or other contaminants, and may be situated in or adjacent to congested areas with ongoing operations. This solicitation is governed by procurement policies and procedures established under the University's Prime Contract No. DE-AC02-05CH11231 with the U.S. Government, represented by the Department of Energy (DOE), for management and operation of LBNL. Proposals submitted will be treated as offers and any resulting award(s) will be a subcontract under the University's Prime Contract. It is expected that one or more master agreements will be awarded with a five year term. Orders under the master agreement(s) may be limited in term such that an individual can work up to 1 year (12 months of full time work) or if less than 100% full time, they can work up to 12 full time months over a three year period. Proposals are solicited only from small business concerns, as that term is defined in the Federal Acquisition Regulation (FAR) Subpart 2.1. Any proposals from offerors that are not small business concerns will not be considered, and any award(s) resulting from this solicitation will only be made to a small business concern. The North American Industry Classification System (NAICS) Code for this acquisition is 561320 - Temporary Help Services. The corresponding small business size standard for this acquisition is annual receipts of $27.5 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. Offerors proposing candidate(s) for the Program Director and Project Manager labor categories may be given the opportunity to make a brief oral presentation on the offeror's qualifications and credentials, at the Offeror's sole expense. The presentation must be given by individual(s) that will perform the Program Director and Project Manager services. Immediately following the presentation, the University may wish to discuss some specific elements of the proposal and interview the offeror regarding their experience and other desirable attributes, the depth of their understanding of the University's requirements and expectations, and their approach to effectively performing the services. The University Procurement Representative will contact the offerors selected for oral presentations to schedule and discuss any necessary details of the meeting. The University may videotape the proceedings and may use the videotape as part of the proposal evaluation process. Complete written proposals must be submitted by email to the undersigned University Procurement Representative at the e-mail address below no later than 2:00 pm PST on Monday, January 8, 2018: Name: Scott Hobbs Email: sahobbs@lbl.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/RFP-SH1106-2017/listing.html)
- Place of Performance
- Address: One Cyclotron Road, Berkeley, California, 94720, United States
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN04773279-W 20171223/171221231009-307f2df687df66d191482cd25ae52226 (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 |