Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOURCES SOUGHT

Z -- Z--E40 YMCA OFFICE BUILDING RENOVATION

Notice Date
9/11/2025 3:40:31 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3025R0034
 
Response Due
9/29/2025 12:00:00 PM
 
Archive Date
10/14/2025
 
Point of Contact
Berry, Kathleen (Kathy), Phone: 7022938460, Fax: 702293
 
E-Mail Address
kberry@usbr.gov
(kberry@usbr.gov)
 
Description
E40 YMCA OFFICE BUILDING RENOVATION This is a sources sought notice for acquisition planning purposes only and no formal solicitation exists at this time. This is NOT a request for proposals and is NOT to be construed as a commitment by the Government. All businesses, regardless of size, capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work as well as their technical, administrative, management, and financial capability. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The applicable North American Industry Classification (NAIC) code is 236220 - Commercial and Institutional Building Construction and the Small Business Size Standard is $45 Million. Proposed Project: The Bureau of Reclamation (Reclamation), Lower Colorado Region along with the Multi Species Conservation Program (MSCP) has a requirement for building renovations at the Yuma Meadows Conservation Area (YMCA). The location of the YMCA renovations will be 1.25 miles south of Imperial Dam on California Highway S24. Reclamation is seeking a contractor capable of making necessary renovations on two buildings. Renovations are to include the removal and replacement of the following materials from two buildings, corrugated metal and asphalt roofing, corrugated metal siding, exterior doors and windows, existing evaporative condensers, and the roof mounted HVAC system. Contractor will be responsible for installing an HVAC system(s) and duct work in one of the buildings which is to connect the three enclosed rooms of the building. The contractor will be required to remove all debris and dispose of it properly and provide the location of the disposal site. Capability Statement/Package: All qualified concerns 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 appropriate procurement strategy, in particular whether a set-aside or an alternative procurement strategy is warranted. Interested sources are welcome to submit a capability statement package to include the following information: 1. Name and address of Firm 2. Phone number 3. Email Address 4. Unique Entity ID Number (Formerly the DUNS Number) 5. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other) 6. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include a demonstration of the firm's previous experience as a prime or subcontractor performing this type of service. Previous procurements performed of similar size and complexity to include references with point of contact information. Firms shall provide the project title, location, and detailed description of the efforts and how it is similar, the project dollar value, contract award number, completion date, and the customer's name, phone number and email address. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors for solicitation planning purposes only. Information provided by industry in response to this announcement is voluntary. The Government will not pay for any information submitted in response to this sources sought notice. All responses must be submitted via email no later than 12:00 Noon Pacific Time, September 29, 2025. Email address: kberry@usbr.gov. The subject line shall clearly reference the Solicitation Number (140R3025R0034) associated with the announcement. All questions concerning the sources sought announcement should be directed to Kathleen (Kathy) Berry by email at kberry@usbr.gov. No phone call please. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on System for Award Management (SAM), as required by FAR 4.1102, will apply to any resulting procurement. Prospective contractors must be registered in SAM at the time an offer or quotation is submitted. Lack of registration in the SAM database may make an offeror ineligible for award. Information on SAM registration can be obtained at the following web address: https://www.sam.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/15c1c5fd8f15475ca58ef934d405d5e5/view)
 
Record
SN07588003-F 20250913/250911230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.