Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS

C -- MOLECULAR FOUNDRY BUILDING

Notice Date
August 3, 2001
Contracting Office
Ernest Orlando Lawrence Berkeley National Laboratory, 1 Cyclotron Road -- Building 937, Room 200, Berkeley, CA 94720
ZIP Code
94720
Solicitation Number
8/3/01
Response Due
September 7, 2001
Point of Contact
Gary Leong 510-486-6743
Description
University of California Ernest O. Lawrence Berkeley National Laboratory PUBLIC ANNOUNCEMENT The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), which is operated under Prime Contract DE-AC03-76SF00098 with the U.S. Department of Energy (DOE), intends to subcontract for professional Architect-Engineering (AE) services for a proposed new research laboratory building. Construction cost for the project is currently estimated in the $45,000,000 to $60,000,000 range. The proposed Molecular Foundry will be a new multi story structure adjacent to the Advanced Light Source Building on the main LBNL site. The proposed building is planned to be a state-of-the-art facility for the design, modeling, synthesis, processing, fabrication and characterization of novel molecules and nanoscale materials. The new facility will support studies in nanostructures by providing research space for materials science, physics, chemistry, biology, and molecular biology. The project includes demolition and removal of existing buildings, construction of a new building and incidental road, utility and sitework. The building will house wet and dry labs, clean rooms, controlled environments, research spaces with exceptionally low vibration levels, lab support facilities, equipment rooms, offices, and conference/seminar rooms. Special features will include spaces for interdisciplinary collaborative interaction and research. 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. SCOPE OF SERVICES: The work includes, but is not limited to, professional architectural and engineering services. Architectural and engineering design. Preliminary and final construction documents including drawings, specifications, calculations, and preparation of record drawings, which reflect as-built conditions upon completion of construction. * Construction cost estimating. Attendance at meetings scheduled for design reviews or coordination. Design professional support services during bidding and construction. A separate subcontract may be awarded to a Construction Manager (CM) for the project. The CM typically works with the AE and LBNL in all phases of the project. Typical, CM work may include, but is not limited to, the following: constructability review independent construction cost estimate construction schedule document control. Project Scope Summary: a) Sitework including demolition and removal of building and structures. b) Demolition and removal of any hazardous materials encountered including contaminated soil. c) Design and construction of a new research building, related structures and associated activities in compliance with applicable codes. Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: a. Location: The Principals and individuals assigned to this project from the primary firm and all of its sub-consultants (if any) must be permanently located within seventy five (75) air miles of Berkeley, California. b. 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 (latest version). c. Qualifications/Collaboration: All work must be sealed by a California licensed Architect or Engineer of the appropriate discipline. The primary firm and any sub-consultants must have worked together on at least two projects with similar scope in the past five years. d. Registered Architect to Lead the Design Team: The primary firm (not a consultant) must have registered architect in charge of the design for the entire project. This individual must have experience in presenting large projects to decision-making bodies. e. Design Team: It is expected that the following specialized expertise will be represented by the proposing AE Teams: Architecture Engineering: Mechanical, Electrical, Structural, Civil, Plumbing, Fire Protection Laboratory consultant Construction cost estimator Acoustic/vibration control specialists/consultants Life cycle cost / operating and maintenance efficiency/ energy conservation strategists Natural lighting 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 shall list at least two completed projects within the last 5 years, designed and constructed, with specific experience that involves research laboratories for chemistry, biology, physics and wafer fabrication in the high tech, academic or industrial environment. Projects should be of similar size and complexity to the Molecular Foundry. The firm shall describe each project and specify the role and responsibilities of the personnel assigned to the project. Special consideration will be given to firms that are able to assign the same personnel from the similar projects. The two projects shall be listed in the Standard Form SF 255, Paragraph 8, 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. The primary firm and any sub-consultants must have worked together on at least two project with similar scope in the past five years. 2) Assignment of Personnel: The principal and individuals assigned to this project must demonstrate successful experience in the design and coordination of design disciplines on complex laboratory building projects within the last five years. Commitments of the firm and its consultants to assign qualified personnel to positions of responsibility for the duration of the project. 3) Project Experience: In addition to the projects listed under item 1, list other projects that demonstrate experience in the following areas: Experience in implementing an integrated approach to developing a functional bay size which coordinates HVAC, structural and seismic design. Experience in design of H Occupancy facilities. Evidence of ability to perform all design phases of the work, to produce construction documents of superior quality and to meet the completion schedule for each phase. Demonstrated record of providing effective cost control and quality control. Demonstrated record of providing timely response with respect to project schedule milestones, Requests for Information and Change Orders during design and construction. Experience with preparation of bidding documents and contracts for design and construction in the public sector. Demonstrated ability to work with Owner's design team during the project development. Demonstrated ability to work with a Construction Manager. 4) Past Performance: Past record in performing work for DOE, other government agencies, University of California, other universities and private industry. 5) Affirmative Action: Ability of the primary firm to further the University's small, disadvantaged or woman-owned business affirmative action objectives by virtue of its ownership. Interested firms meeting the requirements described above must submit six (6) completed copies each of U.S. Government Standard Form 254 and 255. They may also submit six (6) copies of any supplemental information necessary to further address the Selection Criteria. Submissions: Submissions must be received by 4:00 p.m., September 7, 2001. Submissions that are received after the time and date specified or with insufficient copies of the 254/255 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: Gary Leong, Building 937, Room 210. Direct any questions concerning this announcement to Mr. Gary Leong (510) 486-6743.
Record
Loren Data Corp. 20010807/CSOL002.HTM (W-215 SN50T9Y4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 3, 2001 by Loren Data Corp. -- info@ld.com