Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOURCES SOUGHT

C -- A&E SERVICES FOR NSLSII

Notice Date
8/4/2006
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Energy, Brookhaven National Laboratory (DOE Contractor), Brookhaven, PO Box 5000 Bldg. No. 355, Upton, NY, 11973
 
ZIP Code
11973
 
Solicitation Number
NSLSIIAE
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
Description
Brookhaven Science Associates, LLC (BSA) requires Architect-Engineering Services (A&E Services) for design and construction support services for the National Synchrotron Light Source II (NSLS II) project, which is expected to be located at Brookhaven National Laboratory (BNL), Upton, NY 11973. The NSLS II will be an advanced, highly optimized third generation medium energy storage ring with full injection for top-off mode operation. The X-ray brightness and flux of NSLS II will be world leading, exceeding that of any other currently existing or under construction. It will be 10,000 times brighter and have 10 times higher flux than the present NSLS. NSLS II will meet the nation?s need for a high brightness, medium energy X-ray source. It will enable structural studies of the smallest crystals in structural biology, provide a wide range of nanometer resolution probes for Nanoscience, enable coherent beam scattering studies of the dynamics of condensed matter systems, and enable new methods for imaging the structure of disordered materials and biological systems. The NSLS II will replace the existing NSLS which has served a large community of researchers and users for over 23 years. The NSLS II will be located in close proximity to the NSLS, to the south and east of the corner of Brookhaven Ave. and Grove Street. The proposed site for the NSLS II is a previously developed open field area with no known legacy of environmental contamination. The site is level and reasonably proximate to BNL?s underground utility systems. The conventional facilities required for the NSLS II will include a Ring Building of approximately 350,000 square feet. Additional small utility buildings may be required depending on ultimate design of utility systems. The Ring Building will serve as the centerpiece of NSLS II and will house the operations center, department offices, offices for the visiting User community, laboratory space, the main accelerator ring, the experimental beamlines, experimental floor area and supporting facilities. Potential for radiation exposure to the accelerator and its components will require provisions for shielding of the accelerator from occupied areas. The proposed construction type for each building will be reinforced slab on grade with perimeter footing, structural steel frame with composite reinforced concrete slab on metal deck for upper floors, and insulated metal panel exterior. Roofing may be a combination of standing seam metal roof, built-up bitumin or membrane roof systems. Although the building design will generally involve standard commercial design and construction techniques, there are some additional considerations due to the specific requirements of the accelerator, experimental beamlines and types of research that will take place in laboratory spaces. Special consideration must be given to the floor slab design to minimize differential settlement to assure alignment integrity of the installed accelerator and beamlines. Consideration must also be made in the building design to minimize sources of vibration and transmission of vibration that would impact beam stability in the accelerator and experimental beamline areas and laboratory spaces. Additional consideration must be made in the design and routing of electrical cabling and placement and shielding of electrical equipment to minimize EMI and RFI fields in the experimental beamline areas, certain portions of the accelerator and laboratory spaces. There will also be specific temperature stability requirements in the accelerator, experimental beamline and certain laboratory spaces that will require HVAC system and control design that exceeds standard commercial practices. The NSLS II location is proximate to BNL?s existing underground utility systems. NSLS II will be connected to BNL?s high voltage power distribution system, underground steam and condensate system, sanitary system, potable water system, telecommunication and data system, site-wide fire alarm system and storm drainage system. An evaluation will be performed to determine if expansion of and connection to the underground central chilled water system is preferred to construction of local stand-alone chilled water capacity for the NSLS II. The estimated cost for construction of conventional facilities is approximately $135,000,000 to $150,000,000. This is a Request for Qualifications of A&E firms interested in contracting for this work. A&E firm, as used in this synopsis, is an association, joint venture, partnership or other entity that will have contractual responsibility for the project preliminary and design documents. The scope of the A&E services required under this proposed contract includes, but is not limited to, the following: Preparation of design documents for the NSLS II facility through preliminary and definitive design phases. The design A&E may also provide construction support services during the construction of the NSLS II facility. This procurement is unrestricted. The purpose of this procurement is to select a highly qualified A&E Services firm with demonstrated experience in planning and design of particle accelerators and associated support spaces, or similar facilities. This contract will be procured in accordance with the Federal Acquisition Regulations (FAR) Part 36.602-1 and the Department of Energy Acquisition Regulations (DEAR) Part 936.6 selection criteria. The A&E Services firm will be selected in accordance with the evaluation criteria set forth in this synopsis through review of Standard Form (SF) 330 and subsequent interviews. The top technically ranked A&E Services firm will be sent a Request for Proposal based on demonstrated competence and the unique qualifications for the required work. After receipt of the firm?s proposal, negotiations will proceed. A single firm-fixed-price contract will be negotiated with separate line items for the design phases and construction support. Only Title I - Preliminary Design and Title II - Definitive Design will be awarded initially with an option for Title III ? Construction Support activities. If a large business is selected for this contract, it must comply with FAR 52.219-9, Small Business Subcontracting Plan, regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. SELECTION CRITERIA: In addition to the evaluation criteria in FAR Section 36.602-1 and DEAR 936.6, the following criteria will be used in the selection of the A&E firm: I. Experience and Technical Competence in Comparable Work A. Firms will be evaluated in terms of their relevant experience in planning and preparing preliminary and detailed designs and providing construction support for facilities comparable to the NSLS II. Responsive firms will list all projects completed in the last ten years, which are of similar nature and scope as described herein, particularly the firm?s ability and past experience working on facilities of similar scope and complexity. The list shall include project name, project location, project scope and current contact information. B. Demonstrate knowledge of environmental, safety and health issues for facilities of this type including methods to control environmental releases, ensure personnel safety and design considerations affecting facility hazard classification and implementation of sustainable design principles (LEED) II. Specific Experience and Qualifications of Project team A. Firms will be evaluated in terms of the relevant experience of staff members assigned to the project team, specifically for the type of design work required by this procurement. Provide resumes or narrative description of key project team members roles and pertinent experience on other comparable projects. B. Responsive firms will provide an organization chart and list of key personnel, including subcontractors, proposed to work on this contract, and will indicate the approximate percentage of total work the prime contractor expects to complete with its own work force. (1) Firms shall document each person?s role in preparing construction documents. (2) Demonstrate knowledge of, codes, laws, permits and construction materials and practices. (3) Demonstrate interest of company management in the project and expected participation and contribution of top officials. (4) Demonstrate familiarity with the locality in which the project is located and provide the geographic location of its home office. III. Quality of Proposal & Method of Accomplishment Provide a brief narrative description of the proposed method to accomplish the preliminary and detailed design, rationale for selection of the proposed project team and methods to assure quality of design. Description should not exceed 1,000 words. IV. Record of past performance in technical, schedule and budget compliance Provide information on past performance on the projects listed under Section I of the selection criteria. A. Including past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance technical performance goals and schedules. V. Depth of AE Organization Number and experience of personnel available in each required discipline. VI. Present and Past Workload Evaluation of data required by Standard Form 330 No solicitation package is available. Interested firms having the capabilities for this work are invited to submit original and 10 copies of SF 330, Architect-Engineer Qualifications, to the Contracting Office listed above, Attn: David J. Paveglio. The SF 330 may be expanded, if necessary, to address the selection criteria fully. A completed SF 330 shall be submitted for each proposed key consultant. All submittals are due no later than 4:00 PM Eastern Time September 6, 2006. Point of Contact: David J. Paveglio, Contract Administrator (631) 344-8461 dpavegli@bnl.gov.
 
Place of Performance
Address: Brookhaven National Laboratory, Upton, NY
Zip Code: 11973
Country: UNITED STATES
 
Record
SN01106627-W 20060806/060804220403 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.