Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2020 SAM #6659
SOURCES SOUGHT

99 -- Hoover Dam Monument Plaza Restoration

Notice Date
2/20/2020 10:56:04 AM
 
Notice Type
Sources Sought
 
NAICS
238340 — Tile and Terrazzo Contractors
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020R0019
 
Response Due
3/5/2020 8:59:59 PM
 
Archive Date
03/31/2020
 
Point of Contact
Fernandez, Francisco
 
E-Mail Address
ffernandez@usbr.gov
(ffernandez@usbr.gov)
 
Awardee
null
 
Description
This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. This sources sought notice shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. The responses to this notice will be used as Market Research to determine the Bureau of Reclamation's overall procurement strategy. All interested concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the ability to perform the work required. Based upon the response to this announcement and capability statement, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation, or decide on alternative procurement strategy. The Bureau of Reclamation, Lower Colorado Region, has a requirement for the restoration of the Hoover Dam Monument Plaza, a historic landmark. The estimated award amount is between $1,000,000 and $5,000,000. The project consists of the restoration of the Hoover Dam Monument Plaza which includes removal and replacement of all of the terrazzo on the celestial map; removal and replacement of all the precast terrazzo on the terrestrial compass; removal, salvage, and reinstallation of all brass inserts; removal and replacement of other terrazzo on the terrestrial compass; repairs to the concrete walls and benches; repairs and/or replacement of the concrete foundation; replacement of expansion joints as they relate to the original design; replacement of the existing concrete steps with new terrazzo steps; repairs to the diorite base; stripping and recoating of the flagpole; stripping and refinishing of the winged figures; removal and replacement of the concrete apron to the east of the terrestrial compass; and other related work. The applicable North American Industry Classification (NAIC) code for this requirement is 238340, Tile and Terrazzo Contractors with a small business size standard of $16.5 million average annual receipts. Include the following information with the capability statement: (1) Provide business name, address, business size and type [8(a), HUBZone, Service-Disabled Veteran, Small Business, Large Business, etc.], DUNS number, 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 within the past five years where this type of work or similar was completed (i.e. stone setting work, bronze repair, restoration and refinishing). Provide type of project; description of the work performed; where the project was/is located; dollar magnitude of the project; owners of the project; project duration; and if the project was completed on time and within budget. Capability statements are to be submitted no later than March 5, 2020, 3:00 PM PST. Capability statements shall not exceed 10 pages in length. 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 is voluntary. This notice is designed to locate responsible sources that have an interest and have the ability to perform the services described herein. When it is determined that a formal solicitation will be issued, a solicitation notice will be posted on Beta.SAM.gov web site at http://www.beta.SAM.gov. Registration with System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered by the date proposals are due. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov. All responses to this sources sought notice shall be provided to Francisco �Frank� Fernandez, Contract Specialist, via e-mail to: ffernandez@usbr.gov or via mail to: Bureau of Reclamation, Attention: Mail Code: LC-10303, P. O. Box 61470, Boulder City, NV 89006-1470.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/40695c39ddda4c1ebe5e4d8686d60135/view)
 
Record
SN05567621-F 20200222/200220230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.