Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOURCES SOUGHT

C -- Geotechnical Engineering Services at LBNL For Future Project Planning - Ad Geotech.NGLS-5193.pdf

Notice Date
6/1/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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
5193
 
Archive Date
6/30/2010
 
Point of Contact
Sarah S Eary, Phone: 510-486-6265
 
E-Mail Address
sseary@lbl.gov
(sseary@lbl.gov)
 
Small Business Set-Aside
N/A
 
Description
Ad Geotech.NGLS-5193.pdf Geotechnical Engineering Services Solicitation 5193 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 Geothechnical Engineering services (Geotech) for an investigation for a possible future project. 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. A. PROJECT SCOPE SUMMARY The Geotech firm will provide geotechnical services for the future project planning. Studies would likely be conducted at several sites. The project concept would contain the following: 1. A tunnel or "cut and cover" construction. 2. Construction below water table in highly permeable soils. 3. Technical, office and experimental facilities. 4. Low vibration as-built environments. B. SCOPE OF SERVICES The work includes, but is not limited to, professional engineering services: 1. Geotechnical investigations 2. Preparation of a geotechnical report with design criteria for the planned facilities 3. Observation of the excavations to validate geotechnical assumptions 4. Preparation of a final geotechnical report with as built conditions of the installations 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 sub-consultants must maintain a local office within seventy-five (75) air miles of Berkeley, California and must assign a principal to lead the effort on behalf of the firm from the local office. All other sub-consultants must be located within the United States. 2. Design Team: The following specialized expertise shall be represented by the proposing teams: a. Geologist b. Geotechnical engineer 3. Qualifications: All work must be sealed by a California-licensed Engineer of the appropriate discipline. 4. 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 2010, SAP2000 Version 14, ETABS Version 9, MATHCAD 14. D. SELECTION CRITERIA For firms meeting the above minimum requirements, the following criteria shall be 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 tunnel construction and new laboratory construction with vibration sensitive programs. 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 years. 2. Personnel Experience: The principal and individuals assigned to this project must demonstrate successful experience in providing design and construction administration services for tunnel and laboratory projects within the last five years. 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. National Laboratory /University of California / DOE Experience: The primary firm shall demonstrate previous successful experience working for the U.S. Department of Energy, for a National Laboratory, for the University of California, or similar institutions. 5. 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. 6. Small Business Participation: The University will favorably consider a firm's ability to further the University's small business procurement goals. E. SITE VISIT Interested parties may arrange to visit the site. Please contact Erin Beardsley at 510.486.7877 or via email - EEBeardsley@lbl.gov to confirm attendance and arrange for gate access. F. SMALL BUSINESS SIZE STANDARD The North American Industry Classification System (NAICS) Code for this acquisition is 541330, Engineering Services. The corresponding small business size standard for this acquisition is annual receipts of $4.5 Million or less. Annual receipts are to be based on the average annual gross revenue for the past three fiscal years. Interested parties shall indicate their size status on the Lawrence Berkeley National Laboratory Representations and Certifications form. Refer to Subpart 19.1 - Size Standards of the Federal Acquisition Regulation (FAR) for information on calculating the annual average gross revenue. G. SUBMISSIONS Interested firms meeting the requirements described above must submit five (5) completed copies each of U.S. Government Standard Form 330 Parts I and II, a Representations and Certifications form, and any supplemental information necessary to further address the Selection Criteria. The Representations and Certifications form and a copy of this announcement may be found at http://facilitiesprojects.lbl.gov/. Submissions must be received no later than 5:00 PM (PST), June 15, 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 - Sarah Eary One Cyclotron Rd. - Mail Stop 76R0211J Berkeley, CA 94720-8288 If you deliver your submission in person, please call Erin Beardsley at 510.486.7877 one day before submittals are due to arrange a gate pass. H. QUESTIONS Direct any questions concerning this announcement in writing to Sarah Eary via e-mail to : SSEary@lbl.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/5193/listing.html)
 
Place of Performance
Address: One Cyclotron Road, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN02165200-W 20100603/100601234717-fbb72deb073cc891f311c1cc2c85d69f (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.