MODIFICATION
Y -- Administration Building Renovation Construction
- Notice Date
- 7/28/2015
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R15PS01500
- Response Due
- 8/7/2015
- Archive Date
- 8/22/2015
- Point of Contact
- Adams, Kelli
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to include the estimated construction magnitude. The magnitude of this construction project is estimated to be between $500,000 and $1,000,000.00. 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. The Proposed Project Currently, Reclamation is looking to begin a major renovation of the 6,700 square foot main floor of the Lower Colorado Regional Office Administration Building constructed in 1932 as the Administrative building for the construction of Hoover Dam. The interior layout and finishes of this historic building have been extensively renovated several times over the years to accommodate changing office and conference space needs and to update finishes. The main floor will be renovated to include offices for the Regional and Deputy Regional Directors and their administrative staff, flexible conference room spaces, updating of restrooms, and a reception area that incorporates interpretive elements about the Administration Building and Reclamation ¿s history in the Lower Colorado Region. The renovation will include demolition of all existing materials and most interior stud walls and reconstruction of new interior fit out based up drawings and specifications to be provided by the government. This is a three story office building and the first and third floors will remain occupied during construction of the second floor. Key improvements that Reclamation is contemplating include: Improved ADA accessibility, flexible interior spaces, remodeled interior offices, multi-use conference spaces, building management system integration, upgraded life/safety and security equipment; upgraded telecommunications and low-voltage systems, upgraded mechanical and electrical systems, environmental air quality, and building envelope improvements. Sustainable building practices such as use of recycled and recyclable materials, increased water and power conservation, and low VOC emitting materials will be required to reduce the environmental impact of the building. The building must be compliant with Reclamation ¿s Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings - Existing Buildings. Capability Statement/Package Sources should submit statements showing ability as a prime contractor with experience in the following areas: major renovations including but not limited to, office space construction; multi-use space construction; construction on historic properties; replacement and/or reuse of existing electrical, plumbing & mechanical systems in renovation work; hazardous material abatement; integration of building management systems; and experience using Clark County, Nevada Building Department requirements and standards. Prime contractor should also demonstrate experience in completing major building renovations where the facility has remained occupied and operational during construction. 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. 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. Capability statements are to be submitted no later than August 7, 2015. The applicable North American Industry Classification System (NAICS) code is 236220 ¿ Commercial and Institutional Building Construction and the Small Business Size Standard is $36.5 Million. Firms may also provide recommendation for use of an alternate NAICS code. The magnitude of this construction project is estimated to be between $500,000 and $1,000,000.00. Should you be interested in this effort, please submit a capability package to Kelli Adams, Contract Specialist, via e-mail to kadams@usbr.gov. The subject line shall clearly reference the Solicitation Number associated with the announcement. 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/843b00f1eaaeca952bf4f2213fac781c)
- Place of Performance
- Address: Bureau of Reclamation 500 Fir Street Boulder City NV 89005-2403 USA
- Zip Code: 89005-2403
- Zip Code: 89005-2403
- Record
- SN03812500-W 20150730/150728235018-843b00f1eaaeca952bf4f2213fac781c (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 |