Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOURCES SOUGHT

99 -- Request for Information (R15PS01735) - Interactive Model Exhibits for Hoover Dam

Notice Date
9/1/2015
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R15PS01735
 
Response Due
9/21/2015
 
Archive Date
9/26/2015
 
Point of Contact
Schilke, Jennalyn M
 
Small Business Set-Aside
N/A
 
Description
Request for Information (15-001LC) - Interactive Model Exhibits for Hoover Dam This is not a notice of Solicitation Issuance. This is a request for information (RFI) for planning purposes only. If a solicitation is posted for this requirement in the future, it will not have the same reference number. I. INTRODUCTION and PURPOSE: This is a Request for Information (RFI) only as defined in FAR 15.201(e) to obtain information about capabilities and market information related to creating tactile interactive exhibit models of Hoover Dam and is for planning purposes only. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No formal solicitation for this work exists at this time. Reclamation is seeking responsible sources having capabilities to fabricate and supply interactive tactile exhibits of Hoover Dam, Nevada. II. DESCRIPTION of PROJECT or NEED: The Bureau of Reclamation (Reclamation) is issuing this RFI inviting industry to provide information regarding design, fabrication and costs to create two models representing Hoover Dam and its appurtenant features. The first model will be a 3D model of Hoover Dam, see photos No. 3-10 of attachment 1, and the second model will be of a flattened spatial layout 3D model, see photos No. 1-2 of attachment No. 1. Photos 1 and 2 are of Ellis Island and the Statue of Liberty and are for reference of the model type we are considering. All qualified vendors may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine an appropriate procurement strategy. Arial photos of the Hoover Dam site are included for reference, see attachment No. 2 The Government intends to hold an Industry Day to answer questions, seek additional information, and help establish the best market engagement strategy possible to ensure success in meeting Hoover Dam ¿s goals. It will be held on Thursday, September 10, 2015, at Hoover Dam, NV beginning at 9:30 a.m. Prospective vendors should make arrangements for attendance by contacting Jennalyn Schilke at 702-293-8030, or via e-mail at jschilke@usbr.gov. The government is considering how work would be performed incorporating labor, equipment, material and supervision for the following items: 1.Develop design documents for two models to include but not limited to: planning, researching, editing, mockups to be used in developing the models. A.The first, taller exhibit model height is projected to be approximately 18 - 30 inches. A sample of the model we want to replicate is shown in photos No. 3-10 of attachment 1. This model has a drop down face plate that shows the underneath piping of Hoover Dam. See photos No. 6 and No. 10. The model we want, would be updated with additional items including the new visitor center, parking garage, and possibly the new bridge downstream of the dam. B.The second, flatter exhibit model height is projected to be approximately 2 ¿ 6 inches. An example of a model we desire for our second flatter model is presented in photos No. 1-2 of attachment 1. The flatter model photos No. 1-2 depict National Park Services Ellis Island and the Statue of Liberty and are provided for informational purposes. C.Both models shall represent the spatial layout of Hoover Dam and its surroundings. See attachment No. 2, Photos. Principal features of the models shall include: i.Hoover Dam ii.Power Plant iii.Monument Plaza iv.Penstock Water Intake Structures v.Water Spillways vi.Visitor Center vii.Parking Garage viii.Downstream Bridge ix.Roads leading into Hoover Dam x.Arizona Side with Military Bunker xi.Portion of Upstream Lake xii.Portion of Downstream River xiii.Other Miscellaneous Parking Lots and Structures D.The models shall be tactile in nature, with emphasis for blind and visually impaired visitors. A visually enhances model is desired as well. E.The models shall be made of a material (possibly Aluminum or Bronze) intended to be durable, tactile, as well as lightweight. We want to minimize potential model features breakage caused by visitors. The models need to facilitate ease for cleaning. F.The models shall be constructed for exhibit display on a portable platform or table. We have several locations at our facility in which the models will be located to host several events to conduct public outreach. Therefore, the models need to be on a portable platform that is stabile when parked, but mobile when desired to relocate the exhibit to other parts of our facility. i.The width of the moveable platform is limited to the constraints of a normal doorway opening. ii.The length of the platform will be approximately 5 feet. G.Each model shall have a legend to communicate names of buildings and other areas of interest depicted on the model. i.Each legend shall have a scale. ii.The legend shall contain some type of scaled form/figure (such as an adult human, bus, or car) to facilitate relationship of sizes contained within the model. H.The models will be integrated into a larger visitor center experience that has yet to be determined. III. REQUIRED RESPONSES Capability statements - Volume I, and Industry Recommendations and Considerations -Volume II are to be submitted not later than September 21, 2015. 1. Capability statements - Volume I. The capability statements should demonstrate the firm ¿s experience and capability to perform the principal components of services listed above. Capability statements should include pricing information for market research purposes only and include the following information: (A) Business Name and Address, (B) Point of Contact to include E-Mail Address and Telephone Number, (C) DUNS (D) NAICS code(s) applicable to this requirement, and (E) Business Size and Type: 8A, HUBZone, Women-owned, Service Disabled Veteran-Owned, Small Business, Large Businesses, etc, (F) Demonstrate ability to obtain bonding, (G) State firm ¿s ability/flexibility to perform work Monday through Friday from 6:00 p.m. to 6:00 a.m. and weekends. (H) Next, demonstrate the firm ¿s experience by providing a brief description of work performed of at least three comparable projects completed within the past ten years. If comparable project experience is provided, firms must communicate how the project is ¿comparable ¿ to tactile 3D Interactive Model Exhibits. Projects are considered similar in scope for exhibits that were developed for entities that have a minimum of 500,000 annual visitors. For each project listed, provide the following: i) Brief summary, ii) Installment required, or delivery to site with no contractor installation needed, iii) Contract No. and Title, iv) Dollar value of the job, v) Number of visitors, vi) Facility name, vii) Facility location, viii) Customer ¿s contact name, ix) e-mail address, x) Phone number, xi) Materials and equipment used, xii) Number of business days for design, and days for fabrication, xiii) Whether the firm served as a prime or subcontractor for the work completed. If subcontracted-please list subcontractors. xiv) Solicitation, Contractor ¿s Proposal, Contract and Attachments (Specifications), xv) Visual representations of product development and end product: Cut Sheets, Wireframes, Mockup, Photos. 2. Industry Recommendations and Considerations-Volume II: A. Describe the fabrication process to create the Hoover Dam models, including: planning, researching, editing, and mockups. i.What would be your process for creating these models? ii.What materials would you use and recommend for the models? iii.What scale factor would you recommend based upon our mobility requirements? iv.What type of legends for the models would you recommend to describe our features? v.What type of form/figurine (such as an adult human, bus, or car) would you use to facilitate relationship of sizes contained within the model? B. A critical feature of this project consists of acquiring mobile 3D exhibits. The models need to be easily transferred between different rooms on site. Provide examples and descriptions for portable table options regarding the 3D Tactile Interactive Model Exhibits. Include the following minimum portable table requirements: i.Portable/moveable exhibits? ii.During an exhibit, the models need to be immobile. iii.During the exhibit, the models need to be resistance to tipping over. iv.During the exhibit, the model platform shall appear to be permanent feature of the exhibit. v.The models and tables need to be designed according to the accessibility requirements of the American Disabilities Act/ABA: http://www.access-board.gov/. C. Costs to create these models can vary widely based upon several variables. Please provide a breakdown of costs based upon the following: i.Costs to develop design documents for the 3D model of Hoover Dam. ii.Costs to develop design documents for the flattened spatial layout 3D model. iii.Costs to fabricate the 3D model of Hoover Dam. Costs for this model will be dependent upon what materials are used to construct the model. iv.Costs to fabricate the flattened spatial layout 3D model. Costs for this model will be dependent upon what materials are used to construct the model. v.Costs for the portable tables to rest the models upon. vi.List and provide any costs that would be unknown to someone who is not familiar with the process of model development and fabrication. Recommended RFI responses single-spaced, single-sided pages. Responses must be unclassified and any Proprietary information provided must be marked accordingly. Please see Format Limitations for additional instructions. To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following: ¿The following contains proprietary information that (name of Responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation. ¿ IV. REQUESTS FOR CLARIFICATION / POINTS OF CONTACT: A Responder may request clarification in writing from the Contracting Office for any requirement that is unclear by sending an e-mail to the Contracting Points of Contact: Jennalyn Schilke, Contract Specialist: jschilke@usbr.gov. Any requests for clarification must be received no later than seven (7) business days prior to the close of this RFI in order to receive a timely response. Clarifications may be posted on the RFI announcement website to benefit all interested Responders. Interested Responders are encouraged to periodically check the website during the response period for clarifications. V. FORMAT & PAGE LIMITATION Your capability statements should be provided on standard letter size 8-1/2 by 11 inch paper, limited to a, single-spaced, single-sided pages. The font for text should be Times New Roman 12-point or larger. The Responder may use oversized pages (including ¿foldouts ¿) where appropriate to contain graphic presentations.. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted. Responses must be unclassified and any Proprietary information provided must be marked accordingly. VI. DISCLAIMER The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors for planning purposes only. This is not a request for proposals and is not to be construed as a commitment by the Government. Responses to this RFI notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this RFI Notice. No reimbursement will be made for any costs associated with providing information in response to this notice. All information received shall be safeguarded from unauthorized disclosure. Responses must be unclassified and any Proprietary information provided must be marked accordingly. VII. SUBMISSION OF DOCUMENTATION All responses to this RFI notice shall be provided to Jennalyn Schilke /LC-10207, Contract Specialist, P.O. Box 61470, Boulder City, NV 89006-1470 or via e-mail jschilke@usbr.gov. Responses to this RFI are due no later than September 21, 2015 4:00 p.m. PST. If late information is received, it may be considered by the Government reviewers, depending on agency time constraints. VIII. ADDITIONAL INFORMATION The Government is not required to provide feedback to RFI Responders. When it is determined that a formal solicitation will be issued, a pre-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/9af0e313576a6eb175ed19f730177e42)
 
Place of Performance
Address: Hoover Dam Bureau of Reclamation Lower Colorado Dams Office Boulder City NV 89005 USA
Zip Code: 89005
 
Record
SN03865279-W 20150903/150901235304-9af0e313576a6eb175ed19f730177e42 (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.