SOURCES SOUGHT
C -- LBNL Future Scientifc Project -Feasibility Studies
- Notice Date
- 8/11/2011
- 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: 71-259, Berkeley, California, 94720, United States
- ZIP Code
- 94720
- Solicitation Number
- 5194
- Archive Date
- 10/11/2011
- Point of Contact
- Sarah S Eary, Phone: 510-486-6265, Glenn Kerin, Phone: 510-486-7529
- E-Mail Address
-
sseary@lbl.gov, GEKerin@lbl.gov
(sseary@lbl.gov, GEKerin@lbl.gov)
- Small Business Set-Aside
- N/A
- Description
- PUBLIC ANNOUNCEMENT - A/E SOLICITATION #5194 The University of California, 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 Architect-Engineering (AE) design services in support of a potential future scientific facility that would include an underground structure to house scientific equipment, industrial support buildings, an experimental hall and laboratory/office support space. The University intends to enter into a subcontract for site planning, massing, programming and feasibility studies. The University retains the option to contract separately for similar design services for the underground structure for scientific equipment. 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 site massing studies, site feasibility studies, and programming. The work may include providing plans and specifications, cost estimates, design and construction schedules, and other related services as may be required for each task assigned. The work may also include investigation, consultations, planning, programming, site work, utilities, and studies in several disciplines. The firm will be responsible for the professional quality, technical accuracy, and coordination of all design drawing, 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 architect 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: Architecture Civil Structural Mechanical Electrical 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 Architect or Engineer of the appropriate discipline. 4.Documentation Compatibility: The primary firm and sub consultants must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project (Office Suite) and AutoCAD 5.Location: The Principals and leads assigned to this project from the primary firm and the major sub-consultants (architectural, civil/structural, mechanical, and electrical) must be located within seventy five (75) air miles from Berkeley, CA. 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 (mechanical, electrical, and civil/structural) must have specific experience, within the last five years, involving R&D laboratory, industrial and office buildings which may contain hazardous materials and which have demanding environmental conditions (vibrations, settlement, temperature stability, 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 projects at Berkeley Laboratory as well as the overall quality of design services represented by the projects described. c.Experience in LEED, 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: i.Technical skills of team members in planning, organizing, executing and controlling work; ii.Abilities in overall project coordination and management; and iii.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.Availability of additional competent, regular employees for support as needed; d.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. 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. 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 Site Visit: Interested parties may attend a site visit on September 9, 2011. Please contact Katherine Schall via e-mail at KSchall@lbl.gov to confirm attendance and arrange for gate access no later than September 7, 2011. Submissions must be received no later than 4:00 PM (PST), September 26, 2011. Submissions that are received after the time and date specified or with insufficient copies of the SF330 forms may not be considered. Fax copies of the submittal will not be considered. Submissions should be addressed to: Lawrence Berkeley National Laboratory, One Cyclotron Road, Berkeley, Ca 94720: Attention: Sarah Eary, Building 76, Mail Stop 76R0225. Firms hand delivering submissions must contact Sarah Eary at least 24 hours prior to submittal date in order to arrange for Laboratory site access. For additional information visit - http://facilitiesprojects.lbl.gov/, Direct any question concerning this announcement to Sarah Eary (510) 486-6265.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/5194/listing.html)
- Place of Performance
- Address: Lawrence Berkeley National Laboratory, One Cyclotron Road, Berkeley, California, 94523, United States
- Zip Code: 94523
- Zip Code: 94523
- Record
- SN02530067-W 20110813/110811234917-d175d0439070b30ece579d18bdc4fa3f (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 |