Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2011 FBO #3360
SOURCES SOUGHT

C -- Monument Plaza Restoration Study

Notice Date
2/3/2011
 
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
11-012LC
 
Response Due
2/28/2011
 
Archive Date
2/3/2012
 
Point of Contact
Diane Rodriguez Contract Specialist 7022938368 dlrodriguez@usbr.gov;
 
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 announcement for acquisition planning purposes. No formal solicitation for this work exists at this time. All eligible and qualified contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the technical level of expertise, administrative and management capability to perform the effort described below. The capability statements received will be used to determine The Bureau of Reclamation's overall procurement strategy. The Bureau of Reclamation has a requirement to find out what is causing the deterioration, of the Monument Plaza which is located on the Nevada side of Hoover Dam. The walking surface of the Monument Plaza is made of concrete-based black terrazzo with brass inserts placed to form a star chart. Panels of the terrazzo are joined by brass joints. In the middle of the Plaza is a large black diorite base on which two (2) Winged Figure Statues are placed on each side. In the middle stands a tall flagpole. Millions of people walk atop the Monument Plaza each year. The Plaza sits outside, unprotected in the Nevada weather, which can span from 20 degrees to 130 degrees Fahrenheit. Over the years the terrazzo has shifted, creating tripping hazards and the diorite is cracking. Tests need to be performed to determine the current construction and condition, and obtaining recommendations varying from preservation to restoration. A testing and evaluation work plan must be developed for the entire site including all terrazzo; brass features, and state ornaments. Required information for each area is as follows: Terrazzo The contractor shall conduct a minimum of four (4) underlying tests in various areas of the Plaza. Tests must not be in close proximity to each other in an effort to understand the full Plaza area as many areas may structurally be different. These underlying tests shall include removing small panels of terrazzo or core drilling to gain adequate information for this requirement. Any destructive testing will require NEPA and Section 106 cultural compliance. The tests shall determine the current condition, makeup, and stability of the terrazzo, make up and stability of the substrate, current construction and condition of the foundation, and current construction, condition, durability of the expansion joints and their compatibility with the temperatures in the area. At the conclusion of the tests, the contractor shall determine the cause or causes for deterioration as well as options for levels of stabilization, rehabilitation, and/or restoration that is needed for the terrazzo, substrate, foundation, and expansion joints. They will also provide preliminary cost estimates for the options. Brass FeaturesThe contractor shall determine the current condition and stability of the inlayed brass features (zodiac, star chart, and state ornaments). If the contractor determines that destructive testing is required, they shall submit the proposal to Reclamation for approval. Any destructive testing will require NEPA and Section 106 cultural compliance. At the conclusion of the tests, the contractor shall determine the cause for deterioration (if any) as well as the level of stabilization, rehabilitation, and/or restoration that is needed for the brass features. They will also provide preliminary cost estimates for the options. "Winged Figures of the Republic"The contractor shall determine the current condition and stability of the "Winged Figures of the Republic" which are cast bronze statues. This includes the connection to the diorite base, concrete, and foundation. At the conclusion of the tests, the contractor shall determine the causes for deterioration (if any) as well as the level of stabilization, rehabilitation, and/or restoration that is needed for the "Winged Figures of the Republic". They will also provide preliminary cost estimates for the options. FlagpoleThe contractor shall determine the current condition and stability of the flagpole. This shall include the construction condition since the flagpole is embedded in the diorite base and foundation. At the conclusion of the tests, the contractor shall determine the causes for deterioration (if any) as well as the level of stabilization, rehabilitation, and/or restoration that is needed for the flagpole. They will also provide preliminary cost estimates for the options. Diorite BaseThe contractor shall determine the current condition and stability of the diorite base. This shall include the current construction to document the thickness of the diorite, adherence to the concrete, and other important information for documentation purposes. At the conclusion of the tests, the contractor shall determine the causes for deterioration as well as the level of stabilization, rehabilitation, and/or restoration that is needed for the diorite base. They will also provide preliminary cost estimates for the options. Culvert and drainage systemThe contractor shall determine the current condition and stability of the culvert and drainage system located directly behind Monument Plaza. This shall include a study to determine if the system is adequately catching and diverting water. At the conclusion of the tests, the contractor shall determine if water is seeping through the culvert and drainage system and affecting Monument Plaza, the causes for deterioration (if any), as well as the level of stabilization, rehabilitation, and/or restoration that is needed for the culvert and drainage system. They will also provide preliminary cost estimates for the options. A report shall be produced in a historic structures format which lists the current conditions; information discovered during the testing/analysis phases; supporting historical documentation; and recommendations ranging from stabilization, rehabilitation, and restoration. A minimum of three recommendations will be required and identified as short term (1-2 years), mid-term (3-10 years), and long term (11+ years). A life-cycle cost analysis of each recommendation will be required. Upon final project recommendation by the Government, the contractor will be required to develop a statement of work and final cost estimate that can be used for a future acquisition. The contractor will also be required to perform research and provide information on any available sources of funding or grants to perform the repair work. Responsible sources are welcome to submit a capability statement on or before 3:00 P.M. February 28, 2011. Said submittals will be reviewed and considered by Reclamation during the solicitation planning process. Send your capability package by email to Diane Rodriguez at dlrodriguez@usbr.gov or mail it to Diane Rodriguez Contract Specialist, P.O. Box 61470 (LC-10110), Boulder City, NV 89006-1470. Your package should include the following information: 1. Capability statement - showing recent experience doing this sort of work2. Provide business name, address, point of contact, phone number and email address3. Business Size & Type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business. Firms should identify whether or not they are a small business or other than small business in accordance with the size standard for (NAICS) Code 541330 (Engineering Services). The size standard is $4.5 Million. Firms may also provide recommendation for use of an alternate NAICS code. For questions, contact Diane Rodriguez, Contract Specialist dlrodriguez@usbr.gov or call 702-293-8368.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f0c1c9307bb8216145f7aa4646a3141)
 
Place of Performance
Address: Hoover Dam
Zip Code: 89005
 
Record
SN02372244-W 20110205/110203234212-5f0c1c9307bb8216145f7aa4646a3141 (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.