SOURCES SOUGHT
C -- A/E Services-Animal Care Facility
- Notice Date
- 8/13/2004
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Energy, Lawrence Berkeley National Laboratory (DOE Contractor), Lawrence Berkeley, 1 Cyclotron Road MS: 937-200, Berkeley, CA, 94720
- ZIP Code
- 94720
- Solicitation Number
- 5156
- Response Due
- 9/15/2004
- Archive Date
- 9/30/2004
- Point of Contact
- Sarah Eary, Manager, Construction Real Property Subcontracts, Phone 510-486-6265, Fax 510-486-4386, - Sarah Eary, Manager, Construction Real Property Subcontracts, Phone 510-486-6265, Fax 510-486-4386,
- E-Mail Address
-
sseary@lbl.gov, sseary@lbl.gov
- Description
- PUBLIC ANNOUNCEMENT The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), which is operated under Prime Contract DE-AC03-76SF00098 with the U.S. Department of Energy (DOE), intends to subcontract for professional Architect-Engineering (AE) services for a proposed new Animal Care Facility (ACF). Construction cost for the project is estimated at $3,000,000. The proposed Animal Care Facility will be a new structure adjacent to the existing Buildings 74, 83 and 84 on the main LBNL site. The proposed building will replace the existing Animal Care Facility now occupying 8,500 gross S.F. within the second floor of Building 74. The new facility will provide state-of-the-art barrier control with flexibility for varying levels of cleanliness, and infrastructure to maximize control of animal disease and eliminate transfer of pathogens. The ACF will consist of two distinct functions comprised of an environmentally controlled shell for locating the Animal Holding and Breeding Facility and the adjacent Support Facility. 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. SCOPE OF SERVICES: The work includes, but is not limited to, professional architectural and engineering services, construction management services, and project cost estimating. Architectural and engineering preliminary design including drawings, performance specifications and calculations. Construction cost estimating. Preparation of a Request for Proposal for a design-build subcontract. Attendance at meetings scheduled for design reviews or coordination. Professional design support services during final design and construction phases. Project Scope Summary: a) Sitework including earthwork, site utilities and roadway modifications. b) Construction of a new approximately 11,500 S.F. animal care building. c) Outfitting of the new Animal Care Facility with soft walled barrier units and new support equipment. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: a. Registered Architect to Lead the Design Team: The primary firm (not a consultant) must have a registered architect in charge of the design for the entire project. This individual must have experience in design build projects and in presenting projects to decision-making bodies. b. Design Team: The primary firm and each of its consultants must have a California registered professional assigned to the project team. It is expected that the following specialized expertise will be represented by the proposing AE Teams: Leading discipline: Architecture. Engineering: Mechanical; Electrical; Structural; Civil; Plumbing; and Fire Protection. Construction cost estimator. c. Qualifications/Collaboration: All work must be sealed by a California licensed Architect or Engineer of the appropriate discipline. The primary firm and any sub-consultants must have worked together on at least two projects with similar scope in the past five years. d. 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. e. Location: The primary firm (architectural) and major sub-consultants (mechanical, electrical and civil/structural) must maintain local offices within seventy five (75) air miles of Berkeley, California. The Principals assigned to lead this effort on behalf of the primary firm and the major sub-consultants must also be located within seventy five (75) 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. The criteria are listed in descending order of importance. 1) Firm Experience: The primary firm (architectural) and major sub-consultants (Mechanical, Electrical, and Civil/Structural) must have recent experience in the design of animal care facilities. Projects should be of similar size and complexity to the proposed Animal Care Facility. The firm shall describe each project and specify the role and responsibilities of the personnel assigned to the project. Special consideration will be given to firms that are able to assign the same personnel from the similar projects. The projects shall be listed in the Standard Form SF 330, Section F, and the submittal may include any other supplemental information necessary to address this criteria. The firm shall demonstrate knowledge of the EPA Comprehensive Procurement Guidelines for recycled-content building materials, and experience in cost effective environmentally sustainable design. The primary firm must have worked on at least two projects with similar scope in the past five years. 2) Project Experience: The firm and individuals assigned to this project must demonstrate successful experience completing projects performed under a design-build contracting method. Experience should include preparation of preliminary design and performance specifications to define the scope of work, cost estimating, preparation of a design-build request for proposal, and serving as owner's consultant during the final design and construction phases. 3) Assignment of Personnel: The principal and individuals assigned to this project must demonstrate successful experience in the design and coordination of design disciplines on complex laboratory building projects within the last five years. Experience in design of animal care facilities, design-build delivery method, life cycle costing, operating and maintenance efficiency, energy conservation, and construction management is desirable. Commitment of the firm and its consultants to assign qualified personnel to positions of responsibility for the duration of the project will be given higher consideration. 4) Past Performance: Past record in performing work for DOE, other government agencies, University of California, other universities and private industry. 5) Affirmative Action: Ability of the firm to further the University?s small, disadvantaged or woman-owned business affirmative action objectives. Interested firms meeting the requirements described above must submit six (6) completed copies each of U.S. Government Standard Form 330, Parts I and II. They may also submit six (6) copies of any supplemental information necessary to further address the Selection Criteria. Site Visit: Interested parties may attend a site visit on August 26 at 10:00 a.m. Please contact Sarah Morgan at 510-486-7297 to confirm attendance and arrange for gate access. Submissions: Submissions must be received by close of business, September 15, 2004. 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, One Cyclotron Road, Berkeley, CA 94720: Attention: Sharon Barrett, Building 69, MS 69R0111. Direct any questions concerning this announcement to Sharon Barrett (510) 486-5255, e-mail SABarrett@lbl.gov.
- Place of Performance
- Address: One Cyclotron Road, Berkeley, CA
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN00643363-W 20040815/040813211846 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |