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 Basin Regional Office is issuing a Sources Sought announcement to identify qualified contractors for the Admin Xeriscape Interpretive Fabrication and Installation project. This is for information and planning purposes only and does not constitute a solicitation or promise of future award. The project involves the second phase of a xeriscape initiative, focusing on interpretive signage and elements for the xeriscape lawn at the Administration Building in Boulder City, Nevada. Capability statements are due by 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 may include:
- Fabrication of Interpretive Exhibits: Producing durable, UV-resistant, exterior-grade panels, kiosks, and markers.
- Graphic Production: Creating high-quality, color-accurate graphics, including proofs and samples.
- Specialty Fabrication: Crafting bronze or cold cast bronze sculptural elements with vandal-resistant finishes.
- Metalwork & Structural Supports: Fabricating and finishing steel, aluminum, and Corten elements, along with mounting systems and hardware.
- Installation Services: On-site installation of all exhibit components, including anchoring, alignment, and leveling.
- Concrete & Site Work: Installing cast-in-place concrete pads or footings and performing minor site preparation.
- Quality Control & Documentation: Providing shop drawings, samples, mockups, and material data.
Attached preliminary design drawings and text/graphics documents provide detailed specifications for the "Hope on the Hill" project, outlining materials (mild steel, weathering steel, bronze, concrete), site plans, typical sign types, footing details, and comprehensive content for each sign.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 339950, Sign Manufacturing (Small Business Size Standard: 500 employees)
- Response Due: May 18, 2026, 2:00 p.m. Pacific
- Published: April 30, 2026
- Set-Aside: None specified (for market research)
Submission Requirements
Interested parties should submit capability statements (not exceeding 5 pages) via email to Larissa_bell@ios.doi.gov. Statements must include:
- Business name, address, CAGE code, NAICS-based size classification, and all applicable Small Business classifications (e.g., SB, VOSB, WOSB, 8a, HUBZone, SDVOSB).
- A positive statement of intent to submit an offer as a prime contractor.
- Evidence of up to three similar projects completed within the last five years, including contract numbers, titles, dollar amounts, and points of contact.
- Attachments detailing company equipment, personnel, and financial resources.
- Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov.
Additional Notes
This notice is for planning purposes only. Preliminary drawings and a Statement of Work are attached for reference to support capability assessment and are subject to minimal revisions in any future solicitation.