Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

C -- Computational Research and Theory Facility

Notice Date
1/12/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Energy, Lawrence Berkeley National Laboratory (DOE Contractor), Lawrence Berkeley, 1 Cyclotron Road MS: 937-200, Berkeley, CA, 94720, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
5167
 
Response Due
1/31/2007
 
Archive Date
1/31/2007
 
Description
REQUEST FOR QUALIFICATION - Computational Research and Theory Facility The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), intends to contract for Professional Architecture & Engineering services for the Computational Research and Theory Building (CRT) project, the construction cost for the project is estimated at $70,000,000. The CRT Project will be a showcase facility for high performance unclassified scientific computing and be a model for an energy efficient computing center. It will provide new space to enable the advancement of scientific knowledge, education, and service through high performance computing. To meet this goal, a new facility is proposed to be constructed on the Lawrence Berkeley National Laboratory site located near Buildings 50B & 70A with approx. 160,000 GSF and 4 to 5 stories high. The design will allow for 40,000 GSF to support high performance computing, 35,000 GSF of Mechanical and Electrical Equipment and 85,000 GSF of office space. The existing NERSC Center (http://www.nersc.gov) will be moved to the new site and collocate computer scientists, mathematicians, computational scientist and theoreticians into the same facilities. The design must address high power and heat load demands as projected for future generations of high performance computers in a flexible and energy efficient manner. Innovative approaches to meet the high performance computer requirements and minimize energy consumption will be an important project goal. This is not a request for quotation. It is an announcement for contracting 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. Contract Base Services: ? Professional design services for the preparation of schematic design, innovative design development, construction documents (delivery method CM/GC) and construction cost estimating during final design and construction phases. ? Professional A/E services during the construction phase. ? Attendance at meetings scheduled for design reviews, construction support, and coordination. ? An independent commissioning agent will join the AE at a phase during the design, where the design is developed to a stage that the construction test documentation can be started. The AE shall interface with the nominated agent. Project Scope Summary: The selected A/E will develop and lead the Schematic Design, Design Development, Construction Document Design and provide the necessary services during the Construction phase. Project Duration: The schedule for design will commence on April 2007 to October 2008 with a bid and award period of three months with a proposed construction start on January 2009 to April 2011 Minimum Requirements: In order to qualify, candidate firms must meet the following minimum requirements: a. Design Team: The following specialized expertise will be represented: Leading discipline: Architectural. Sub-consultants: Civil Engineering; Structural Engineering, Electrical Engineering, Mechanical (HVAC, Plumbing; Fire Protection) Engineering, Energy Engineering, Landscape Architecture, and Construction Cost Estimating. b. Architectural Firm to Lead the Design Team: The primary firm must have a California-registered Architect in charge of the design for the entire project. In the absence of in-house California-registered discipline engineers, sub-consultants must have a California-registered professional assigned and responsible to the project team. d. Qualifications: All work must be supervised and sealed by a California-licensed Engineer of the appropriate discipline. e. 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, SAP2000, MATHCAD 13. f. Quality Assurance: The Lead firm and sub-consultants must show they have quality procedures to control not only building materials but also documentation that would demonstrate compliance to local and state codes. 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 lead/primary firm and sub-consultants must have recently completed projects that involved large scientific research and development specializing in computational computing. 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 primary firm must have worked on at least two projects with similar scope in the past five (approx.) years. 2) Project Experience: The primary firm and sub-consultants shall have recent experience and successful collaboration in large scale research computing facilities. The CRT Project is not a traditional data center e.g. it does not require a full load UPS or backup generator; data center only experience is not sufficient for this project. Experience with design solutions that have proven cost savings in energy consumption and high levels of LEED ratings is desirable in such areas as: a. Free cooling ? water and air economizers b. Efficient and flexible power distribution c. Efficient and flexible chilled water plant design d. Use of building and cfd modeling programs e. ?Air management? best practices f. Advanced building controls g. Liquid cooling solutions h. Flexible and expandable building systems i. Heat recovery 3) Primary Role Experience: The primary firm shall have experience in leading and overseeing the work of sub-consultants in the performance of architectural/engineering services for projects of similar size and complexity. 4) Past Performance: The primary firm and sub-consultants must demonstrate successful experience in providing energy efficient design services, within the approved scope, schedule and budget, for similar projects within the last five years (approx.). A list of references, including contact name, current telephone number, and associated project, shall be provided for LBNL use in verification of performance. 5) Personnel Experience: The principal and individuals assigned to this project must demonstrate successful experience in providing design services for similar projects within the last five years. 6) University of California/Institutional Experience: The primary firm shall demonstrate previous successful experience in approvals from the University of California or similar institutions. 7) Assignment of Personnel: The commitment of the primary firm and its sub-consultants to dedicate qualified personnel to positions of responsibility for the duration of the project will be considered. Consideration will be given to firms that are able to assign the same personnel from similar projects. 8) Affirmative Action: Ability of the firm to further the University?s small, disadvantaged and woman-owned business affirmative action objectives. Interested firms meeting the requirements described above must submit six (6) completed hard copies each of U.S. Government Standard Form 330 Parts I and II. They may also submit six (6) CDs and six (6) copies of any supplemental information necessary to further address the Selection Criteria. In lieu of CDs, firms may also submit the required information by email. Site Visit: Interested parties may attend a site visit on January 24, 2007 at LBNL, building 70A, meet at lower parking area and then visit the Oakland Scientific Facility after (directions will be provided). Please contact Rose Hoffman by email (RLHoffman@lbl.gov) to confirm attendance and arrange for gate access. Submissions: Submissions must be received by close of business January 31, 2007. 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: Rose Hoffman, Building 90J, MS 90J0120. Direct any questions concerning this announcement to Rose Hoffman (510) 486-7705, e-mail RLHoffman@lbl.gov
 
Place of Performance
Address: Lawrence Berkeley Lab., One Cyclotron Rd., Berkeley, CA, Attn: Rose Hoffman
Zip Code: 94720
Country: UNITED STATES
 
Record
SN01210905-W 20070114/070114185837 (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.