Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOURCES SOUGHT

C -- Spillway House Rehabilitation - Two-Phase, Design-Build

Notice Date
12/2/2010
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
11-008
 
Response Due
12/17/2010
 
Archive Date
12/2/2011
 
Point of Contact
Rosa Gomez Contract Specialist 7022938069 rgomez@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSYS The Bureau of Reclamation (Reclamation), Lower Colorado Regional Office, is in the acquisition planning stages of what might turn to be a new acquisition. Therefore, this is a SOURCES SOUGHT SYNOPSIS for acquisition planning purposes only and no formal solicitation exists at this time. In addition, the information presented in this announcement does not obligate Reclamation in any manner. All qualified concerns interested in performing the proposed project may submit capability statements for consideration. Based upon response to this announcement and capability statements, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation or decide on an alternate procurement strategy. History Of The Proposed ProjectThe Spillway house - originally named Snacketeria, is a one-story pre-engineered light-metal building supported by an irregular concrete substructure. The substructure is founded on the existing sloped rock surface. The building is located approximately 100 yards north of Hoover Dam, on the Nevada side and is situated on the west bank of Lake Mead. The building was constructed in 1988 by Grove Construction (Las Vegas, NV). The purpose for the building was to provide food service and associated amenities for the visitors to Hoover Dam during construction of the current multilevel parking facility and associated amenities, which was completed in 2000. This building is currently the responsibility of Hoover Dam's Facility Office. The Proposed ProjectCurrently, Reclamation is contemplating to deconstruct the existing building and repurpose at the Central Warehouse; and to reuse the existing foundation to design, rehabilitate, and construct a high performance multi-use facility, resulting in a "Silver" rated or better certification in accordance with U.S. Green Building Council Leadership and Energy Environmental Design (LEED) Program. The purpose of this approximately 5,000 gross square foot accessible multi-use facility and related systems, including associated parking, site work, infrastructure, and utilities, is to accommodate visitors and Reclamation employees. The building will give Hoover Dam much needed accommodations for school groups that visit the dam providing exhibits to facilitate their learning experience more effectively than just showing them the Hoover Dam generators. Key improvements that Reclamation is contemplating include: complete ADA structure; accessible restrooms; a nursing station for more expeditious response ability and flexible interior space for multiple purposes to accommodate public desire; upgraded life/safety equipment; additional exhibits including original survey boat; meeting areas; and auxiliary exhibit areas. The building should complement the Hoover Landmark area and express the spirit and value of Hoover Dam, including the beauty and health of the natural environment. It should connect people to the outdoors with natural light and views. The building must be compliant with Reclamation's Guiding Principles, earn LEED certification and as well feature the latest proven sustainable technologies to reduce the energy and environmental impact of the building. Capability Statement/PackageSources should submit statements showing ability as a prime contractor (designer, constructor, or integrated firm) of an experienced and established design-build team including architectural/engineering, interior design, exhibit design, and construction services on similar commercial buildings of a retail/educational/ or recreational nature. Interested and qualified sources are to provide the following information as part of the capability statement: 1. Company name, address, point of contact, telephone number, e-mail address, and DUNS number. 2. Type of business, i.e. large business, 8(a), HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, small disadvantaged business, women-owned, or small business concern. 3. The capability statement shall address the work listed above and the offerors' ability to meet the qualification requirements with this type of work. 4. The capability statement shall address the offerors' capability to perform under a contract of this magnitude and complexity. Provide a list of ALL RELEVANT projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last three (3) years, with a brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. Capability statements shall not exceed five pages in length. This information will be used to assist the Contracting Officer in terms of developing the appropriate procurement strategy for this acquisition and for purposes of market research. All businesses, regardless of size, capable of providing these items are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. This notice is designed to locate responsible sources that have an interest, and have the ability to perform the services described herein. Should you be interested in this effort and believe that you can successfully fulfill these requirements, please submit a capability package to Rosa M. Gomez, at the address listed below. Capability statements are to be submitted no later than December 17, 2010, 5:00 P.M. Pacific Time. All responses to this sources sought notice shall be mailed, emailed, or faxed to Rosa M. Gomez, Contract Specialist at: Bureau of Reclamation, ATTN: Rosa M. Gomez/LC-10111, P.O. Box 61470, Boulder City, NV 89006-1470; via email: rgomez@usbr.gov, or via fax number (702) 293-8499. When it is determined that a formal solicitation will be issued, a solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6105a37554844a654dab640ac471aab6)
 
Place of Performance
Address: Hoover Dam, Nevada side
Zip Code: 85382
 
Record
SN02336936-W 20101204/101202233939-6105a37554844a654dab640ac471aab6 (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.