Sources Sought for Admin Xeriscape Interpretive Fabrication and Installation
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This Sources Sought notice is being issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. No formal solicitation for this work exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors to perform this type of work. 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 Government does not intend to award a requirement and will not pay for any information or administrative costs incurred in response to this notice.
The Department of the Interior Bureau of Reclamation, Lower Colorado Basin Regional Office has a requirement for the second phase of the xeriscape project for Interpretive signage and elements for the xeriscape lawn along the path of the newly constructed ADA compliant ramp, 10-ft wide trail and the entrances of the property. This requirement will require a contractor to fabricate, deliver, and install a complete set of exterior interpretive exhibits—including welcome kiosks, story panels, special story elements, teasers/warnings, plant IDs/warnings and associated footings/site work.
This acquisition when announced, will be issued under North American Industry Classification System (NAICS) Code 339950, Sign Manufacturing with a Small Business Size Standard of 500 employees. If an offeror feels that there is a more suitable NAICS Code classification for this item, please indicate when submitting your capability package.
The following is a sample list of tasks that may be required under this requirement:
1. Fabrication of Interpretive Exhibits
- Fabricate exterior grade interpretive panels, kiosks, story panels, warning signs, plant ID markers, and special feature panels.
- Ensure materials are durable, UV resistant, and suitable for long term outdoor exposure.
2. Graphic Production
- Produce high quality, color accurate graphics (including proofs and samples).
- Perform pre press/pre flight, testing, and provide production quality samples.
3. Specialty Fabrication
- Fabricate bronze or cold cast bronze sculptural elements (e.g., historical objects).
- Provide realistic details and vandal resistant finishes.
4. Metalwork & Structural Supports
- Fabricate and finish steel, aluminum, and Corten elements.
- Provide mounting systems, inserts, anchors, and hardware.
5. Installation Services
- Install all exhibit panels, sculptures, supports, and hardware at the project site.
- Provide anchoring, alignment, leveling, and on site adjustments.
6. Concrete & Site Work
- Install cast in place concrete pads or footings needed for exhibits.
- Perform minor site preparation, excavation, and restoration as required.
7. Precast Paver Work (if applicable)
- Provide and install unit pavers, bedding material, joint sand, and edging.
8. Quality Control & Documentation
- Provide shop drawings, samples, mockups, and material data.
Capability Statements:
This Sources Sought synopsis affords interested parties an avenue to provide feedback for this requirement via capability statements. This is optional and participation will not affect a party’s ability to provide a proposal if a solicitation does result from this requirement. Interested parties are requested to provide capability statements that specifically address the capacity and capability to provide the requirements in the Statement of Work. The statements shall provide administrative information to include the following:
(a) Business name, address, cage code, size classification based on NAICS size standard, Small Business classification (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, 8a, HUBZone, Service-Disabled Veteran-Owned Small Business etc.), and a point of contact;
(b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor;
(c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include contract numbers, project titles, dollar amounts and points of contacts with telephone numbers for similar scope and complexity turnkey projects completed or substantially completed within the last five years. Detail collaboration efforts and role of interested party and collaborating manufacturers, designers and subcontractors. Please do not include more than three past projects;
(d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work, and;
System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. 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.
SUBMISSION DEADLINES:
The capability statement must be submitted via email to Larissa_bell@ios.doi.gov no later than Monday, May 18, 2026 at 2:00 p.m. (Pacific). The capability statement shall not exceed 5 pages in length. All questions or suggestions regarding this Sources Sought will be emailed to Larissa_bell@ios.doi.gov .
Preliminary drawings/Statement of Work are attached for reference only. They are not final and are provided to support capability assessment. Minimal revisions may be made on actual SOW when solicitation is posted.