SOLICITATION NOTICE
J -- Original Exhibit Building Rehabilitation
- Notice Date
- 6/13/2008
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
- ZIP Code
- 89006
- Solicitation Number
- 08SP308112
- Response Due
- 8/29/2008
- Archive Date
- 6/13/2009
- Point of Contact
- Dennis Campbell Contract Specialist 7022938569 DCampbell@lc.usbr.gov;
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation (Reclamation), Lower Colorado Region, has a requirement to rehabilitate the Original Exhibit Building located at Hoover Dam, Nevada. Hoover Dam is located approximately 7 miles northeast of Boulder City, Nevada and 32 miles southeast of Las Vegas, Clark County, Nevada. The Original Exhibit Building served as the dam's first visitor center. 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 faade. 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 Government intends to award a firm fixed-price construction contract. The estimated magnitude of this project is between $250,000 and $500,000. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. The small business size standard for NAICS Code 236220 is $31M. This solicitation is unrestricted. It is anticipated the solicitation, in the form of a Request for Proposal (RFP), will be issued on or about June 30, 2008. Responses are due thirty days after issuance. The RFP will include evaluation factors such as experience, past performance, and price. It is anticipated that one contract will be awarded. The estimated contract award date is August 29, 2008. However, all dates in this announcement are subject to change. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via www.FedBizOpps.gov. The Government reserves the right to issue the solicitation on paper or CD if the FedBizOpps (FBO) web site becomes inoperable or if the Contracting Officer determines it is in the Government's best interest to do so. Offerors should register at the FBO to be included on the offeror list in order to receive notifications pertaining to the solicitation, or visit the FBO website after issuance download the solicitation and any subsequent amendments. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.gov. Questions may be submitted to Dennis Campbell at dcampbell@lc.usbr.gov or by fax at 702-293-8499.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=494b9ddb0c0dbebbd4d092e6cadbf15c&tab=core&_cview=1)
- Record
- SN01593343-W 20080615/080613220235-494b9ddb0c0dbebbd4d092e6cadbf15c (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 |