SOURCES SOUGHT
C -- A/E Services - LBNL User Facility for Net-Zero and Low Energy Buildings Research - Announcement
- Notice Date
- 5/20/2010
- 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
- ReferenceNo_5192
- Archive Date
- 6/21/2010
- 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
- Announcement A/E Solicitation # 5192 User Facility for Net-Zero and Low Energy Buildings Research 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 Buildings Research Testbed Facility. Construction cost for the project is estimated to be between $8 to 9 million. 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. 5192, - after May 19, 2010. A.PROJECT SCOPE SUMMARY The AE firm will provide design services for the LBNL Buildings Research Testbed Facility. LBNL proposes to build and operate a novel user facility that addresses key technical challenges for net-zero (NZE) buildings. The Project will consist of a cluster of building technologies integration test beds (each 600-1,200 ft2) that will become a User Facility for Net-Zero (NZE) and Low Energy Buildings Research. The test beds will be designed and built on both the ground floor exteriors of LBNL Buildings 90 and 71, and will link the domains of simulated buildings, experimental buildings and real buildings. The facility will allow testing under controlled laboratory conditions as well as a lived-in office environment. Multiple and/or redundant building system types may be provided for each test bed (e.g. two or three different HVAC systems installed, each capable of conditioning the space). The use of multiple discrete test beds will maximize user access to the facility, thereby increasing industry engagement and throughput. The proposed Building User Facility will advance DOE's goals for NZE and low energy research and will be used to validate and quantitatively demonstrate the value of whole-building systems integration (not just component efficiency improvements) in reducing energy consumption and improving the indoor environment. It is anticipated that the proposed LBNL Buildings User Facility will become a physical center for collaboration and innovation by drawing together public and private partners who share the goal of reaching NZE and low energy performance in new construction and existing buildings. While the facility will serve a national audience and need, LBNL will take maximum advantage of its location in a state that leads the country in aggressive pursuit of energy efficiency goals for NZE buildings. B.SCOPE OF SERVICES The work includes, but is not limited to, professional architectural engineering services: 1.Preliminary and final designs, including drawings, specifications, calculations, and cost estimates 2.Professional design support services during the construction phase 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. 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: Architecture b.Sub-consultants: Structural, Mechanical (HVAC, Plumbing; Fire Protection), Electrical, Civil, Telecommunication, Hazardous Materials, and Construction Cost Estimating. 3.Registered Architect 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 2007, and SAP2000. 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 Buildings Research Testbed Facility, experience with net-zero energy building performance is highly desirable. Firms must also demonstrate expertise and describe past projects that included the following: Examples of high quality construction practices that include infiltration detailing, thermal bridging detailing, and high precision controls sequencing and instrumentation. 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 similar laboratory building projects to that of the LBNL Buildings Research Testbed Facility 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 $4.5 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 $4.5 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.SUBMISSIONS Interested firms meeting the requirements described above must submit one (1) original and six (6) 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 six copies of any supplemental information necessary to further address the Selection Criteria. All submittals shall include one CD that includes submitted documents in electronic format with searchable text (Adobe Portable Document Format -pdf- is preferred). 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 CD with submitted documentation saved in electronic format with searchable text (Adobe Portable Document Format is preferred) All forms and a Sample Subcontract can be found at http://facilitiesprojects.lbl.gov/ Submissions must be received no later than 5:00 PM (PST), June 18, 2010 Submissions that are received after the time and date specified or with insufficient copies of the SF 330 forms may not be considered. Fax copies of the submittal will not be considered. Submissions should be addressed to: VIA US Mail, Courier or Hand Delivery Lawrence Berkeley National Laboratory Procurement - Attn: Marguerite Fernandes Reference No. 5192 One Cyclotron Road, Building 76 - 211B Berkeley, CA 94720-8288 For firms who want to hand deliver submissions, contact Marguerite Fernandes at 510.485.5158 two days prior of submittal date in order to arrange for Laboratory site access. H.QUESTIONS Direct questions and comments concerning this announcement to Marguerite Fernandes, preferably to e-mail address: MAFernandes@lbl.gov, or by fax no. 510.486.5115.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/ReferenceNo_5192/listing.html)
- Place of Performance
- Address: One Cyclotron Road, Berkeley, California, 94720, United States
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN02155584-W 20100522/100520235253-3c8341bf7bb885e602a5358216b20202 (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 |