SOURCES SOUGHT
Y -- Boulder Canyon Operations Office (BCOO) Green Building - Sources Sought
- Notice Date
- 6/30/2009
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
- ZIP Code
- 89006
- Solicitation Number
- LC-BCOOBLDG
- Response Due
- 7/10/2009
- Archive Date
- 6/30/2010
- Point of Contact
- Meagan Fyffe Contract Specialist 7022938552 mfyffe@usbr.gov;<br />
- E-Mail Address
-
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 and no formal solicitation exists at this time. The purpose of this sources sought notice it to determine if there are Service-Disabled Veteran and/or HUBZone small business concerns capable both technically and financially of successfully performing the project summarized below. All qualified concerns may submit capability statements for consideration. The capability statements will be used to determine appropriate procurement strategy, in particular, whether a set-aside or an alternate procurement strategy is warranted. The proposed project is to design and build an approximately 30,000 gross square foot office building that will result in a "Silver" rated or better certification in accordance with U.S. Green Building Council Leadership in Energy and Environmental Design (LEED) Program. The building will be located at the Bureau of Reclamation's Fir Street Complex in Boulder City, Clark County, Nevada. Sources should submit statements showing ability as a prime contactor (designer or constructor) of an experienced and established design-build team including architectural/engineering and construction services to meet the following capability requirements: 1. As a prime contractor (designer or constructor) of a design-build team, within the past 3 years, successfully designed, constructed, and commissioned at least three commercial office buildings of at least 30,000 gross square feet with the design-build project delivery method. One building must have been constructed in the southwest United States. 2. As a prime contractor (designer or constructor) of a design-build team, within the past 3 years, successfully designed, constructed, and commissioned at least three "silver" rated or better office buildings in accordance with the U.S. Green Building Council Leadership in Energy and Environmental Design (LEED) Program. 3. Has at least one LEED Accredited Professional (AP) employee on staff with at least three years of post LEED AP credentialing experience. 4. As a prime contractor (designer or constructor) of a design-build team, within the past 5 years, integrated at least one building's size, massing, and other architectural features to be compatible and sympathetic with an existing building(s) eligible for or listed in National Register of Historic Places. 5. As a prime contractor (designer or constructor) of a design-build team, within the past 3 years, successfully designed, constructed, and commissioned at least one building to requirements equivalent to those of The Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings that were established in the 2006 Federal Leadership in High Performance and Sustainable Buildings Memorandum of Understanding, which was codified by Executive Order 13423 - Strengthening Federal Environmental, Energy, and Transportation Management. 6. Have sufficient financial and management capability to obtain bonding in an approximate amount of $13 million. Should you be interested in this requirement, please submit a capability package to Meagan Fyffe at the address listed below. Capability statements are to be submitted no later than July 10, 2009, 3pm PST. The capability statement shall address the work listed above and the offeror's ability to meet the qualification requirements listed above. It should also describe previous procurements performed of similar size and complexity. Additionally, all responses to this sources sought shall include company name and address, business size and type (HUBZone or Service-Disabled veteran small business, etc), and point of contact to include e-mail address and telephone number. Capability statements shall not exceed five pages in length. This information will be used to assist the Contracting Officer in developing the procurement strategy, in particular, including whether a HUBzone or Service-Disabled Veteran Small Business set-aside is warranted or if another socio-economic set-aside strategy is more appropriate. All responses to this sources sought notice shall be provided to Meagan Fyffe/LC-3112, Contract Specialist, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail at mfyffe@usbr.gov. 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/86581d234348bea30beface98f3964f9)
- Place of Performance
- Address: Boulder City, NV<br />
- Zip Code: 89005<br />
- Zip Code: 89005<br />
- Record
- SN01861681-W 20090702/090701001501-86581d234348bea30beface98f3964f9 (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 |