Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOURCES SOUGHT

Z -- Original Exhibit Building Rehabilitation

Notice Date
3/10/2008
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
08-007
 
Response Due
4/11/2008
 
Archive Date
3/10/2009
 
Point of Contact
Dennis Campbell Contract Specialist 7022938569 dcampbell@lc.usbr.gov;
 
E-Mail Address
Email your questions to 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
This is a sources sought synopsis for acquisition planning purposes only. No formal solicitation for this work exists at this time. The Bureau of Reclamation (Reclamation) has a requirement to rehabilitate the Old Exhibit Building located at Hoover Dam, Nevada. The Old Exhibit Building was originally used as a headquarters for soldiers protecting the dam during World War II, this building served as the dam's first visitor center. It contains educational exhibits and offers a narrative overview of the Colorado River Basin highlighted through a topographical model showing the location of dams and reservoirs along the river and its tributaries. This building was completed in the 1940's and has been determined to be individually eligible for listing on the National Register of Historic Places as well as contributing to Hoover Dam's National Historic Landmark status. The intent of this project is to repair and clean the exterior of the building, rehabilitate the two restrooms, auditorium seating in the exhibit room, interior wall and ceiling surfaces, all doors, and do other miscellaneous tasks to return the building to as close to its original condition as possible given current and projected future use. All work performed must follow the Secretary of the Interior's Standards and Guidelines for Rehabilitation, as well as building codes, life safety, accessibility, and fire protection standards and regulations. More detailed guidance for implementing the Secretary's Standards and Guidelines when conducting specific kinds of repairs is provided in the National Park Service's Preservation Brief series which can be accessed on-line at http://www.cr.nps.gov/hps/tps/briefs.htm. The contractor shall provide all labor, equipment, material and supervision to perform the following principal features of the work, including but not limited, to: (1) Remove vegetation from the roof and apply an herbicide, remove gravel and debris from roof drains, remove rust from exhaust pipes and apply an epoxy coating, reseal exhaust pipe flashing, and patch damaged concrete roof parapets. (2) Repair, clean, paint, replace, install exterior surfaces and items such as steel louvers, pipes and conduits, metal doors/posts/frames/hardware, vestibule light and air diffuser, and walls and other surfaces. (3) Remove the chain-link fence surrounding the exterior air conditioning units and install a six-foot decorative wall, a four-foot access gate with locking hardware, and a cover for the air conditioning units to protect against the elements and falling objects. (4) Furnish and install new clock markers, armature and spindle on the upper front fa?ade. Furnish and install a new clock mechanism and digital controls inside the walls and install a new electrical circuit to the electrical box. (5) Clean, repair and repaint all plastered walls and ceilings throughout the interior of the building, secure and reseal all recessed fixtures and grills, repair/refinish/replace all wooden doors and hardware in kind appropriate to the original period, retain and re-use hardware when possible, remove all existing tile, cove base and adhesive on floors and other surfaces (Note: tile and mastic contain asbestos and will require a certified Hazmat contractor, compliance with Clark County abatement procedures, and disposal at a permitted waste facility), and furnish and install commercial grade floor covering. (6) Travertine wall paneling is installed outside, surrounding the entrance to this building, and inside throughout the lobby. It is our intent to reverse damage that has occurred in the past by making suitable repairs, cleaning and the application of appropriate sealing materials to return the material to its original color and prevent discoloration into the future. (7) Clean, strip, repaint, and reinstall perforated ceiling panels in the Exhibit Hall or replace with panels of like kind, remove and recondition all auditorium seating, remove, clean and replace all hand and guard rails, replace the flooring and base on seating terraces, repair and/or replace, clean, and reattach all nosing and terrace edging, install new floor coverings on the terraces and floor in front of the historic river model, and repair and/or replace vinyl cove base in the Exhibit Hall. (8) Repair, clean and seal exposed concrete in the Mechanical Room and area behind River Model. Remove paint from the walls in the Mechanical Room. (9) Refinish the restrooms to the appropriate 1940's era design and perform alterations to the restrooms to upgrade to current accessibility standards. (10) Repair, refinish and reseal the terrazzo flooring in the restrooms and restroom vestibule. (11) Replace current valves, piping and supply lines running into the building and throughout the building. Replace and restore piping and connections to all existing faucets, urinal, toilets, sinks and fountains to operational condition. The proposed contract will be a firm fixed-price construction contract. This acquisition, when announced will be conducted under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. The Bureau of Reclamation, Lower Colorado Region, is seeking responsible sources having capabilities to perform the work. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management 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 alternate procurement strategy is warranted. Capability statements are to be submitted not later than April 11, 2008. The capabilities package submitted should demonstrate the firm's experience and capability to perform the principal components of work listed above. Packages should include the following information: (1) Provide business name, address, business size and type (8(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. (2) Demonstrate the firm's experience by providing a list of projects completed where the work involved the interior and exterior rehabilitation of historic structures. Experience should also include work related to the abatement and disposal of hazardous materials. The project list should specify the types of facilities rehabilitated. For each project listed, provide the following: dollar value of the job, the facility name, facility location, and the customer's contact name and phone number for the work completed. Additionally, please identify if any specific projects were completed in compliance with the Secretary of the Interior's Standards and Guidelines for Rehabilitation. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors. This is not a request for proposals and is not to be construed as a commitment by the Government. Responses to this sources sought 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 sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this notice. All responses to this sources sought notice shall be provided to Dennis Campbell/LC-3135, Contract Specialist, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail dcampbell@lc.usbr.gov. 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
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=179041)
 
Place of Performance
Address: Hoover Dam Nevada
Zip Code: 89005
Country: USA
 
Record
SN01528485-W 20080312/080310224739 (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.