99--ADMIN XERI INTERPRETIVE, FAB, & INSTALL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation, Lower Colorado Regional Office is conducting a Sources Sought to identify qualified firms for the Admin Xeriscape Interpretive Fabrication and Installation project. This market research aims to gather capability statements for the second phase of a xeriscape project, focusing on interpretive signage and elements for a newly constructed ADA-compliant path in Boulder City, NV. Capability statements are due by Monday, May 18, 2026, at 2:00 p.m. (Pacific).
Scope of Work
The requirement involves the fabrication, delivery, and installation of a complete set of exterior interpretive exhibits. This includes welcome kiosks, story panels, special story elements, teasers/warnings, plant IDs/warnings, and associated footings/site work. Key tasks include:
- Fabrication: Exterior grade interpretive panels, kiosks, story panels, warning signs, plant ID markers, and special feature panels, ensuring durability and UV resistance.
- Graphic Production: High-quality, color-accurate graphics, including proofs and samples.
- Specialty Fabrication: Bronze or cold cast bronze sculptural elements with realistic details and vandal-resistant finishes.
- Metalwork & Structural Supports: Fabrication and finishing of steel, aluminum, and Corten elements, including mounting systems and hardware.
- Installation Services: Installation of all exhibit panels, sculptures, supports, and hardware, including anchoring, alignment, and leveling.
- Concrete & Site Work: Installation of cast-in-place concrete pads/footings, minor site preparation, excavation, and restoration.
- Quality Control & Documentation: Provision of shop drawings, samples, mockups, and material data, adhering to museum quality for sculptures and 10-year warranty for exterior graphics.
Contract & Timeline
- Type: Sources Sought (for information and planning purposes only; not a solicitation).
- NAICS Code: 339950, Sign Manufacturing (Small Business Size Standard: 500 employees).
- Set-Aside: None specified (market research to determine appropriate procurement strategy).
- Response Due: May 18, 2026, 2:00 p.m. Pacific.
- Published: April 30, 2026.
- Period of Performance (anticipated): 180 calendar days from contract award.
Submission Requirements
Interested parties must submit capability statements (not exceeding 5 pages) via email to Larissa_bell@ios.doi.gov. Statements should include:
- Business name, address, CAGE code, size classification, and small business status.
- A positive statement of intent to submit an offer as a prime contractor.
- Evidence of experience (up to three past projects within five years) similar in type and scope, including contract numbers, project titles, dollar amounts, and points of contact.
- Attachments detailing company equipment, personnel, and financial resources.
- SAM Registration: Prospective contractors must be registered in SAM prior to award.
Additional Notes
This notice is for planning purposes only and does not constitute a Request for Quote/Invitation for Bid/Request for Proposal. No formal solicitation exists at this time. Draft Statement of Work and design drawings are attached for reference to support capability assessment; minimal revisions may occur in the final SOW.