SOURCES SOUGHT
C -- Structural Engineering Services - Public Announcement
- Notice Date
- 5/29/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- Reference_No_5201
- Archive Date
- 6/30/2012
- Point of Contact
- Marguerite A Fernandes, Phone: (510) 486-5158
- E-Mail Address
-
mafernandes@lbl.gov
(mafernandes@lbl.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Public Announcement University of California Ernest O. Lawrence Berkeley National Laboratory Reference No. 5201 PUBLIC ANNOUNCEMENT - Structural Engineering Services The University of California, Ernest Orlando Lawrence Berkeley National Laboratory (LBNL), which is operated under Prime Contract DE-AC02-05CH11231 with the U.S. Department of Energy (DOE), intends to subcontract for Structural Engineering services in support of the LBNL's Facilities Division. The subcontract will be a Master Task Agreement (MTA) with Task Order. Lawrence Berkeley National Laboratory is a large diversified research facility consisting of over 80 buildings spread over 130 acres of hilly terrain adjacent to the University of California, Berkeley Campus as well as off-site facilities in the cities of Berkeley, Oakland and Walnut Creek. 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 directed below. LBNL intends to enter into a Master Task Agreement(s) (MTA) with one or more structural engineering firms to perform structural engineering task assignments issued as separate tasks under the respective subcontract. The subcontract(s) will be for a period of three years, with an option, at the sole discretion of the University, to extend for up to two additional one-year periods. One or more task assignments, of no guaranteed amount or duration, will be issued during the contract term. Individual tasks will be performed on a lump sum or hourly rate basis, will vary in complexity or duration and are estimated to have a value not to exceed $25,000 per task. The University makes no guarantee as to the dollar value or number of task assignments to be authorized pursuant to the award of the subcontract. Issuance of subcontract tasks will be contingent upon available funding. LBNL is free to assign and allocate structural engineering requirements with other engineering firms that are under contract or may be selected in the future. In addition, the LBNL Facilities Engineers retain the exclusive right to perform any or all portion of the architect-engineering requirements. NOTICE OF SMALL BUSINESS SET-ASIDE Qualifications are solicited only from small business concerns, as that term is defined in FAR Subpart 2.1. Qualifications received from concerns that are not small business concerns will not be considered, and any subcontracting opportunities resulting from this announcement will be made to a small business concern. 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 $14 million or less. Annual receipts are to be based on the average annual gross revenue for the past three complete fiscal years. The Offeror shall complete the Small Business Program Representations clause in the Representations and Certifications form (location listed below) based on this small business size standard. Refer to Subpart 19.1 - Size Standards of the Federal Acquisition Regulation (FAR) for information on calculating the annual average gross revenue. SCOPE OF SERVICES: The project work may include: • Seismic anchorage of equipment, including research equipment • Laboratory, Industrial and Office Building alterations & improvements • ASCE-41 evaluations of existing buildings • ASCE-41 seismic rehabilitation of existing buildings • Tenant improvements in leased facilities • Fall protection engineering • Third party structural peer review of structural design documents produced by other subcontracted engineering firms • Quality assurance of structural engineering documents produced by LBNL engineer(s) Minimum Requirements: In order to qualify, candidates must meet the following minimum requirements: a. Location: All firms must be permanently located within fifty (50) air miles of Berkeley, California. b. Principal: The Principal of the firm is required to be a Structural Engineer registered in the State of California. The Principal will direct the work and be responsible for firm's quality assurance. All work must be sealed by a CA licensed Structural Engineer. c. Documentation Compatibility: Each firm must be able to generate, receive, or convert documents into Microsoft WORD, Microsoft EXCEL, Microsoft Project, and AutoCAD 2007. Ability to generate or receive structural calculations in SAP 2000 version 15, ETABS version 9 and Mathcad 15 is desirable, but not mandatory. Selection Criteria: For firms meeting the above minimum requirements, the following criteria shall be the basis of selection. The criteria are not listed in any order of importance. 1) Firm Experience: a. Reputation and standing of the firm and its principal members. b. The overall experience and technical competence of the firm in performing similar work. The firm must have specific experience within the last five years involving upgrades, additions, alterations, modifications of laboratory, administrative, industrial and office buildings. The projects shall be listed in the Standard Form 330, Section F, and include any other supplemental information necessary to address this criteria. Experience will be evaluated on the basis of breadth and depth, similarity to contemplated projects at Berkeley Laboratory, as well as the overall quality of design services represented by the projects described. c. Interest of company management in performing repetitive work for the Laboratory and contribution of top officials to that effort. d. Experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials. The firm shall demonstrate knowledge of the EPA Comprehensive Procurement Guidelines for recycled-content building materials, and experience in cost effective environmentally sustainable design. 2) Personnel and Organization: The firm must identify principals and individuals to be assigned to work on projects under the subcontract. Designated individuals must have specific and recent experience with projects involving upgrades, additions, alterations and modifications of laboratory, administrative industrial and office buildings. Personnel will be evaluated on the basis of the similarity of their experience to that expected to be required on work to be performed at Berkeley Laboratory and on the overall quality of their work as represented by the projects described. The firm should also describe the ability of additional competent, regular employees for support as needed. The resumes of key personnel proposed for the work shall be listed in the Standard Form 330, Section E, and include any other supplemental information necessary to address these criteria. 3) Past Performance: The firm must provide information about its past record in performing work for DOE, other government agencies, University of California, other universities and private industry. Firms are encouraged to provide any available documentation that would indicate their ability to complete projects on time and within budget, their ability to respond to changing workload requirements and schedules, and the overall satisfaction of past customers with their work. Submittals should include complete and current contact information of past customers; the University will check references as necessary to evaluate past performance. 4) Business Size: Submitting firms must indicate their size status and that of their sub-consultants, if any. Consideration will be given to the primary firm and consultants' status as a small, small disadvantaged, small woman owned, small veteran owned and HUB zone business. 5) Labor Rates: Firms must include a listing of proposed billing rates for labor categories to be used in performing projects and a description of the labor categories to include minimum qualifications and general duties. Labor rates will be evaluated to determine that they are in line with the local market for similar services and comparable to rates currently being paid. Interested firms meeting the requirements described above must submit one (1) original and three (3) bound, completed copies of the U.S. Government Standard Form 330, Parts I and II. They may also submit four (4) copies of any supplemental information necessary to further address the Selection Criteria. Offerors shall include a completed and signed "Representations and Certifications" form. Also, with the original copy provide one CD which includes all submitted documentation in electronic format with searchable text (Adobe Portable Document format is preferred). SF 330 form can be found at the U.S. General Services Administration website - http://www.gsa.gov under "Forms" "GSA Forms Library." The SF 330 form may also be obtained at the Laboratory's website: http://facilitiesprojects.lbl.gov, see Reference No. 5201 and along with Reference No. 5201's "Representations and Certifications" form. Submissions: Submissions must be received by 3:00 PM (PDT) on Friday, June 15, 2012. 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, Attention: Marguerite Fernandes, One Cyclotron Road, Mail-Stop 76R0225, Berkeley, CA 94720. Include Reference No. 5201. Direct any questions concerning this announcement to Marguerite Fernandes at phone: (510) 486-5158 or e-mail: mafernandes@.lbl.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/Reference_No_5201/listing.html)
- Place of Performance
- Address: LBNL Berkeley Hill-Site Location and Off-Site Locations: Oakland, Richmond, Walnut Creek, CA, Berkeley, California, 94720, United States
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN02759504-W 20120531/120529234413-5b36f28d9a2cece625698b9d73c8890a (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 |