SOURCES SOUGHT
C -- Multi-Discipline Architect/Engineering Design Services
- Notice Date
- 1/27/2005
- 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
- 5158
- Response Due
- 2/28/2005
- Archive Date
- 3/15/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (Berkeley Lab), which is operated under Prime Contract DE-AC03-76SF00098 with the U.S. Department of Energy (DOE), intends to subcontract for full multi-discipline professional Architect-Engineering (AE) design services in support of LBNL Facilities Division?s construction projects and services. The subcontract will be an indefinite delivery task order type contract. Berkeley National Laboratory is a large diversified research facility consisting of over 80 buildings spread over 130 acres of hilly terrain adjacent to the University of California, Berkeley Campus as well as off-site facilities in the cities of Berkeley, Oakland, & Walnut Creek. The project types may include new construction, alterations and improvements to existing laboratory, industrial, and office facilities, tenant improvements in leased facilities, and underground infrastructure modifications. LBNL intends to enter into a subcontract with one or more firms to perform multi-task assignments issued as separate tasks under the subcontract. The subcontract will be for a one-year period, with an option, at the sole discretion of the University, to extend for up to three additional one-year periods. One or more task assignments, of no guaranteed amount or duration, will be issued each year. Individual tasks will be performed on a lump sum or hourly rate basis, and will vary in complexity and duration. The total dollar value of tasks issued for any one year under the subcontract will not exceed $500,000. The University makes no guarantee as to the dollar value or number of task assignments to be authorized pursuant to the award of the subcontract. Issuance of subcontract tasks will be contingent upon available funding. LBNL 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, LBNL 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. TOTAL SMALL BUSINESS SET ASIDE. This Requirement is a total small business set aside. Firms must meet the small business size standard in order to be eligible for award of a subcontract. The applicable size standard is that prescribed by the U.S. Small Business Administration for NAICS Code 541310. Firms with average annual receipts averaging less than $4,000,000 for the preceding three completed fiscal years are considered small businesses. SCOPE OF SERVICES: The work will include design development, construction documents, and technical oversight during construction. The work may also include, but will not be limited to, investigations, consultations, planning, programming, site work, utilities, and conceptual studies in several disciplines. The work will include providing plans and specifications, cost estimates, design and construction schedules, shop drawing reviews, preparation of operating and maintenance manuals, as built drawings, and other related services as may be required for each task assigned. 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: a. Design Team Lead: The primary firm (not a consultant) must have a registered architect in charge of the design for the multi-disciplinary projects. Single discipline infrastructure projects must have a registered engineer of the corresponding discipline in charge of the design. b. 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: o Architecture o Civil/Structural o Mechanical o Electrical (including fire alarm, communications/paging, CCTV, access security and SCADA systems) In addition, the design team must include a cost estimator (preferably ASCE or ASPE certified). c. Qualifications: All work must be sealed by a California licensed Architect or Engineer of the appropriate discipline. 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 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 fifty (50) 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 and major sub-consultants (Mechanical, Electrical, and Civil/Structural) must have specific experience, within the last five years, involving upgrades, additions, alterations and modifications of laboratory, administrative, industrial and office buildings which may contain hazardous materials. The projects shall be listed in the Standard Form 330, Section F, and 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. 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. 2. Assignment of Personnel: The firm must identify principals and individuals to be assigned to work on projects under the subcontract. Designated individuals must have specific experience, within the last five years, with projects involving upgrades, additions, alterations and modifications of laboratory, administrative industrial and office buildings which may contain hazardous materials. Personnel will be evaluated on the basis of the similarity of their experience to that expected to be required on work to be performed at Berkeley Lab and on the overall quality of their work as represented by the projects described. 3. Past Performance: The firm must provide information about its past record in performing work for DOE, other government agencies, 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. Business Size: Submitting firms must indicate their size status and that of their sub-consultants. Consideration will be given to the primary firm and consultants? status as a small, small disadvantaged, small woman owned, small veteran owned and HUB zone business. 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 Tuesday, February 15, 2005 from 10:00 AM-12:00 PM at Bldg. 90, Conference Room 3075. Please contact Marissa Smithwick at 510-486-6088 to confirm attendance and arrange for gate access not later than Friday, February 11, 2005. Submissions: Submissions must be received by close of business, February 28, 2005. 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: Ms. Marguerite Fernandes, Building 69, MS 69R0102. Direct any questions concerning this announcement to Ms. Marguerite Fernandes at (510) 486-5158 or E-mail address: mafernandes@lbl.gov
- Place of Performance
- Address: One Cyclotron Road, Berkeley, CA
- Record
- SN00741202-W 20050129/050127211734 (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 |