SOURCES SOUGHT
C -- A/E Conceptual Design Services - Advance Light Source Upgrade (ALS U) Utilities and Related Projects - Ref No. M1-18
- Notice Date
- 1/16/2018
- 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
- Reference-No-MF1-18
- Archive Date
- 2/17/2018
- 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 - Sources Sought LBNL A/E Solicitation Reference No. MF1-18 Advance Light Source Upgrade (ALS U) Utilities and Related Projects 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 LBNL ALS-U Facilities Upgrade. Construction cost for the initial phase of the project is estimated to be between $1M to $1.5M. Additional scopes of work may be added later as the ALS U project requirements are developed. 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. For information visit - http://facilitiesprojects.lbl.gov/, Reference No. MF1-18, - after January 17, 2018, and for any future updates regarding the announcement. A. PROJECT SCOPE SUMMARY The AE firm shall provide design services for the ALS U Utilities and Related Projects. The goal of ALS-U is to become the world's brightest soft X-ray synchrotron light source. The present day ALS is the world leader in science that utilizes soft X-rays. Under the existing ALS setup a storage ring contains accelerated electrons which give off energy in the form of light. Under the proposed ALS-U Project, the current ALS storage ring would be replaced with a denser array of magnets, known as MBA lattice, that would produce far brighter, steadier beams of so-called "soft" X-ray light. With the brighter source of light scientists will be able to look at things in finer detail and see how they function in real time. See web address: https://als.lbl.gov/als-u/overview/ for additional details regarding the ALS U Project. It is anticipated that the proposed LBNL Building ALS-U will continue to serve a national and international audience and need, and will continue to build upon LBNL's long legacy of building and operating particle accelerators and expertise in many disciplines. B. SCOPE OF SERVICES The scope of services for ALS U conceptual design includes the following: • Provide a new ventilation system for the ALS storage ring • Provide revisions to the existing electrical distribution system to accommodate ALS U • Provide a water cooling system for the ALS U power supply and control racks Future optional work may cover: • Preliminary, and final designs, including drawings, specifications, calculations, and cost estimates • Professional design support services during the construction phase Additional potential ancillary Scope: • Fire Alarm - potential design and/or construction administration services • Maintenance work for mechanical, electrical, plumbing (MEP) reliability replacement • Design of additional environmentally sensitive assembly space as well as storage space 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. Phased Funding: This project may be funded in phases over multiple fiscal years, and is subject to the following FAR clauses: FAR 52.232-18 Availability of Funds and FAR 52.232.19 Availability of Funds for the Next Fiscal Year. C. MINIMUM REQUIREMENTS In order to qualify, candidates must meet the following minimum requirements: 1. Location: The primary firm and design team sub-consultants must maintain a local office within fifty (50) air miles of Berkeley, California and must assign a principal to lead the effort on behalf of the firm from the local office. 2. Design Team: The following specialized expertise shall be represented by the proposing teams: a. Leading discipline: Architectural or Engineering b. Sub-consultants: Architectural, Structural, Mechanical (HVAC, Plumbing; Fire Protection), Electrical, Civil, Telecommunication, Fire Life Safety Code, Vibrations and Construction Cost Estimating 3. Registered Architect or Engineer 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 of the appropriate discipline 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, ArchiCAD, Revit, AutoCAD 2013, and SAP2000, Version 20. D. SELECTION CRITERIA For firms meeting the above minimum requirements, the following criteria shall be the University's basis of selection. The criteria are listed in descending order of importance. 1. Firm Experience: The primary firm and sub-consultants must have recently completed projects that involve design of new laboratory buildings, and renovation of existing laboratory buildings of similar size nature and complexity to the LBNL ALS-U Utilities Project. Experience with design supporting large science facilities is highly desirable, including design issues of radiation shielding and accommodating equipment with sensitivities to displacement, vibration, electrical voltage instabilities and air movement. 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 experience of the office(s) that would perform the work should be listed, not other branch office work. Experience will be evaluated on the basis of the breadth and depth of the firm in performing similar work. 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 projects similar to that of the LBNL ALS-U Utilities Project within the last five years. Provide the resumes of key personnel proposed for the work in the Standard Form 330, Section E, and include any other supplemental information necessary to address the criteria. 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. 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. 5. National Laboratory /University of California / DOE Experience: The University will favorably consider the primary firms demonstrated, previous successful experience working for the U.S. Department of Energy, for a National Laboratory, for the University of California, or similar institutions. 6. Small Business Participation: The University will favorably consider a firm's ability to further the University's small business procurement goals. E. 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 it awards a subcontract. 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 $7.5 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 $7.5 million or less over the last three (3) completed fiscal years. F. 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. G. SCHEDULE MILESTONES Tentative scheduled milestones are as follows: Evaluation of Submissions, Interviews with Short ranked firmsFebruary 2018 A/E Contract AwardLate March - Early April, 2018 Begin Conceptual DesignEarly April, 2018 Complete Conceptual Design Documents8 wks., Mid June, 2018 H. SUBMISSIONS Interested firms meeting the requirements described above must submit one (1) original and three (3) 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 original and three copies of any supplemental information necessary to further address the Selection Criteria. Original and copies should be bound and three-hole punched. All submittals shall include one USB flash drive memory stick that includes submitted documents in electronic format with searchable text (Adobe Portable Document Format -pdf- is preferred). All forms and a Sample Subcontract can be found at http://facilitiesprojects.lbl.gov/, under Reference No. MF1-18. One binder / set must be marked "Original" and contain: • SF 330 (completed) • Other qualifying information • Proposed Labor Rates sheets • Representation and Certification Form (completed) • A USB Flash Drive Memory Stick with submitted documentation saved in electronic format with searchable text (Adobe Portable Document Format is preferred) Submissions must be received no later than 3:00 PM (PST), Friday, February 2, 2018. Submissions that are received after the time and date specified or with insufficient copies of the SF 330 forms may not be considered. Email submittal will not be considered. Submissions should be addressed to: VIA Mail: Lawrence Berkeley National Laboratory Procurement - Attn: Marguerite Fernandes Reference No. MF1-18 One Cyclotron Road, Mail-Stop 76R0225 Berkeley, CA 94720-8099 Courier or Hand Delivery: Deliver to the above, directly to office address Bldg. 76, Office No. 207B 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. I. QUESTIONS Direct questions and comments concerning this announcement by Friday, January 26, 2018, 3:00 PM (PST), to Marguerite Fernandes, preferably at e-mail address: MAFernandes@lbl.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/Reference-No-MF1-18/listing.html)
- Place of Performance
- Address: Lawrence Berkeley National Laboratory, One Cyclotron Road, Bldg. 6, Berkeley, California, 94720, United States
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN04789875-W 20180118/180116230809-9a89850b9b8fdedde218a560c5ebc174 (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 |