SOURCES SOUGHT
38 -- NERSC 9 Facility Upgrade Project
- Notice Date
- 5/6/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- SF044-2016
- Point of Contact
- Steven Filippoff, Phone: (510) 486-5646
- E-Mail Address
-
smfilippoff@lbl.gov
(smfilippoff@lbl.gov)
- Small Business Set-Aside
- N/A
- Description
- The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (hereinafter called The University), which is operated under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to solicit competitive proposals from prequalified sources for a Construction Management/General Contractor (CM/GC) Fixed Price subcontract for preconstruction services and construction of the NERSC 9 Facility Upgrade (N9) project located within Wang Hall (previously called the Computational Research and Theory Facility) at Lawrence Berkeley National Laboratory, Berkeley, California. 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 a prequalification package as indicated below. The objective of this project is to construct and install additional facilities systems/infrastructure in support of the mission requirements of the Department of Energy's Office of Science. The facility currently houses High Performance Computers (HPC) and the upgrades are required for a new system planned to be installed in 2020. The University desires to award a two-phase Subcontract. The first phase of the subcontract will be for pre-construction construction management (CM) services, including participation in estimating, scheduling, review of design development and construction documents as well as the bidding out of lower tier-subcontracts. At the University's option, the second phase of the subcontract will be awarded to provide general building contractor (GC) services to construct the project which will be divided into two tasks; Facilities Enhancements (FE) and Site Preparations (SP) including the award and management of all lower-tier subcontracts. Minimum requirements for CM/GCs wishing to submit their prequalification documents are: 1. Prospective CM/GC is required to have the following California contractor's license/classification: B GENERAL BUILDING CONTRACTOR. 2. Prospective CM/GC must have completed, as a general contractor, a sufficient number of projects in the last 10 years, with a construction cost of more than $30 million each, similar in size, scope and complexity to this project. 3. Prospective CM/GC must have a satisfactory safety record and must have maintained an average Workman's Compensation Experience Modification Rate (EMR) of 1.0 or less over the last 3 years. 4. Prospective CM/GC must have a corporate IIPP in compliance with California OSHA requirements. 5. Prospective CM/GC must be able to obtain sufficient bonding and insurance for the project. 6. Prospective CM/GC must not have had work completed by a surety on any contract in the last ten years. GENERAL DESCRIPTION OF WORK The project scope includes construction of additional water cooling towers, pumps, heat exchangers, air handling units, exhaust fans, electrical substations and distribution equipment in the Facilities Enhancements (FE) task, and final electrical and mechanical distribution systems in the Site Preparations (SP) task. The estimated value of construction for both phases is between $25 and $35 million. CM/GC SERVICES The first phase of this Subcontract will include preconstruction services normally provided by Construction Management firms; including, but not limited to; estimating, scheduling, value engineering, logistic studies, energization planning, constructability and drawing completeness reviews and coordination reviews, preparation of subcontract packages and conducting competitive bidding of subcontracts. Each task of the overall Facilities Upgrade Project will be designed independently of the other allowing the subcontracts to be bid separately. The second phase of the Subcontract will include construction of the projects two construction tasks including, but not limited to; scheduling, coordination of work, providing specified general condition items, safety management, subcontractor management, quality control, submittal process, RFI process, drawing/document control, and change order management. PREQUALIFICATION PROCESS The University has determined that CM/GCs must be prequalified to submit a proposal for this project. Prequalification will be determined by means of a written questionnaire and additional information, which all interested CM/GCs must complete accurately and submit for evaluation by the University, to establish the CM/GC's prequalification status. The University will establish a short list of firms determined to be most qualified to perform the project successfully. Prequalified firms will be invited to submit a comprehensive proposal to include both price and technical evaluation factors. A single firm will be selected for award, based on a best value evaluation of proposals received. Prequalification documents consisting of the NOTICE TO CM/GCs FOR PREQUALIFICATION together with the PREQUALIFICATION QUESTIONNAIRE, will be available to interested CM/GCs beginning May 11, 2016 at the following web site: http://facilitiesprojects.lbl.gov/. A non-mandatory job site visit is scheduled for May 25, 2016 at a time and room location to be determined. For site visit access and meeting location information, contact Lisa Hunt by email at lhunt@lbl.gov listing the names and citizenship country of your attendees, company name, and contact information. Completed pre-qualification packages are due no later than June 7, 2016. Any questions or requests for clarification or interpretation of the Prequalification documents must be submitted in writing (preferably via e-mail) to: Steven Filippoff, Procurement & Property Department, Lawrence Berkeley National Laboratory, One Cyclotron Rd., Mailstop 76-225, Berkeley, California 94720, email: SMFilippoff@lbl.gov Questions must be submitted no later than June 3, 2016. Questions received after that date will be answered at the discretion of the University. [END OF PUBLIC ANNOUNCEMENT]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/SF044-2016/listing.html)
- Place of Performance
- Address: One Cyclotron Road, Berkeley, California, 94720, United States
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN04108167-W 20160508/160506233903-984a946b1eb0e6d2f2d9c8aef5b4f3da (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 |