R499--FACILITY SIGNAGE

expired opportunity(Expired)
From: Federal Government(Federal)
36C26221Q0990

Basic Details

started - 06 Jul, 2021 (about 2 years ago)

Start Date

06 Jul, 2021 (about 2 years ago)
due - 05 Aug, 2021 (about 2 years ago)

Due Date

05 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C26221Q0990

Identifier

36C26221Q0990
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103362)VETERANS AFFAIRS, DEPARTMENT OF (103362)262-NETWORK CONTRACT OFFICE 22 (36C262) (6151)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of Page 1 of Page 3 of 17 Page 1 of Page 1 of THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 339950 Sign Manufacturing 3. Interested and capable Contractors should respond to this notice no later than July 16, 2021 by providing the following via email only to danielle.carroll4@va.gov (a) Company Name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) DUNS number
(f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor to provide Wayfinding Signage with Ancillary for the Veteran Affairs San Diego Healthcare System (VASDHS). Please refer to the Statement of Work for the specifications for the requirements. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127. 7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. Page 1 of Page 17 of 17 Page 1 of 8. Contractor may provide an informal quote (SEE ATTACHMENT B. INFORMAL PRICE WORKSHEET & ATTACHMENT C: Pricing shall be all inclusive of all necessary and appropriate labor, supervision, administrative functions, shall be all inclusive of all necessary and appropriate labor, supervision, administrative functions, equipment, materials, fuel, supplies, insurance policies, and all other cost normally associated to provide Wayfinding Signage and Ancillary services as indicated. Statement of Work Signage & Graphic Services VA San Diego Healthcare System, San Diego, California DELIVERY ORDER PURPOSE The purpose of this Delivery Order is to provide maintenance and on-going needs for the interior signage, exterior signage, digital signage, artwork graphics and associated wayfinding design . Program graphic design and fabrication services for a comprehensive Interior and Exterior Environmental Graphics/Signage/Wayfinding Program will be coordinated with the Engineering Department and Interior Design including all interior/exterior components or any combination of these necessary to identify, regulate, direct, orient and instruct patients, visitors and staff at the VA San Diego Healthcare Center and associated leases facilities. The contractor will provide concept, design, manufacture, and installation a complete solution for the Veterans Affairs Healthcare Center in San Diego, CA. Thirteen (Type A thru M) basic generic sign types have been deemed as the standard interior identification (ID) signs and/or elements for a pre-designed signage system. (See Attachment B) Identified signs shall require set-up design service time based from the VA s Technical Information Libraries Sign & Graphic Design Guides vast options incorporated with VA San Diego s branded sign standard. Temporary signage needs shall be required on an as-needed basis to provide temporary direction, notification and up-coming event notification driven by demands from Engineering, supporting construction and temporary relocation projects. Wayfinding services shall include the development of a strategic directional wayfinding sign program for the interior of the facility; coordination will be conducted with the facility to identify architectural, interior design and communication issues at the facility that can be improved to provide better circulation and communication of services for patients and visitors. The development of the directional wayfinding sign program for the exterior, coordination will be conducted to identify site circulation issues for both vehicles and pedestrians that can be improved to provide better circulation and parking for patients and visitors. The sign program design look will be developed to coordinate with the existing two-tone interior signs following the VA Sign & Graphic Design Guide utilizing a component base sign system that can easily be changed. BUSINESS ACTIVITY Primary business activity is in the field of Environmental Graphic Design/Signage, performing the work of sign programming, design, fabrication and installation. Included is the continuation of the pre-established and recently improved branded interior signage design with added enhancements for flexible component-based signage. The supplying of a pre-selected simple, universal design format signs for supplemental life safety signage. The development of an improved stairwell signage plan, incorporating wayfinding best practices in a motivational design. Exterior signage consisting of the development of a branded pedestrian and vehicle way-finding sign program. Secondary business activity will be the repair and upgrading of existing exterior monument signs until which time a comprehensive construction project is undertaken for the establishment of a comprehensive modernization and re-vamping of the entire campus monument/permanent signs. Third: Supply and installation of dimensional letters/numbers for both for interior and exterior applications. Forth: Applied digital imagery (art) with or with/out graphic text including film for seasonal, temporary and permanent applications. Fifth: Applied cut vinyl lettering/graphics for both interior and exterior applications. The final business fabrication activity shall be the supply of both the graphic design services and supplying of temporary signs fabricated with materials such as coroplast, foam & gator board as well as providing necessary temporary mounting stands as appropriate to application. Additional services may consist to the development of signage location architectural space plans and signage schedules in support of the Design and Architectural group within Engineering for inculcation within Design Build projects. Signage sequencing shall follow the VA Signage Design Guide; Dec. 2012, Section 3: Room Renumbering. http://www.cfm.va.gov/til/signs/signage01-intro.pdf SOW SERVICES Vendor to have the ability to provide sign location plans and detailed sign schedules when requested based on a prescribed scope of work with pre-approved set maximum number of hours for design time. Provide printed to-scale prototype proof sign sheets for each new sign developed. When life size prototype signs are requested, sample sign shall be printed on cardstock or heavier material for temporary mounting purposes. Maintain an electronic library of established designed signs for repeated use to minimize re-work. Library to remain the property of VA San Diego. Prepare a cut-sheet for each newly designed sign with all technical fabrication details including: Overall and detailed dimensions Fabrication material specifications Font details: Font style, weight, size, kerning, etc. Notes referring to appropriate applications or uses Colored illustrations Installation instructions Provide on-site consultation and/or site review services within ten (10) business days or two weeks of request. Project management fees shall be billed for such services excluding travel time to VA facility. Create temporary 8.5 x 11 color-illustration printouts (or electronic files) for all room ID signs including insert titles/names when requested. Provide within one-weeks notice (7 days). E-mail transmitting is acceptable. Fabricate inserts for all supplied insert type signs per sign schedule. Provide replacement inserts as requested. US Postal Service in lieu of delivery is acceptable provided inserts can be received within one-week (7 days) after having received an e-mail request with provided insert-text instructions. Installation services provided on an hourly billing basis. For pre-established activations installations, a quote shall be provided and approved prior to performing work when requested by project manager. Vendor to maintain adequate par-stock of all necessary materials to meet the fabrication requirement for an average of fifty (50) typical room ID signs. Vendor to have resources for additional stock material given one month s notification for larger job requirements. Services may require the removal of existing signs including overhead, wall mounted flags and flush wall mounted plaques using care to cause little to no damage to walls. All reasonable wall repair shall be provided by VA prior to new signage installation. No ceiling tiles shall be disrupted. When overhead signs require work above the grid, VA to coordinate installation with in-house engineering team. Installation services where signs were incorrectly installed by vendor, not having been installed according to signed-off location plans or designs, non-adherence to ABAAS, ABA/ADA or NFPA requirements, or not plumb/level; any repair work shall be provided by the installation vendor s provided professional painter. Any patch/paint required that is not concealed with proper re-installation of the sign shall require that painter paints full corner to corner, ceiling to floor to assure painting patch is not perceptive. Any new signs damaged during installation shall be replaced at no cost to the VA. All work to be closely coordinated with designated VA project personnel. Any concerns with the contract or the VA request of services in relationship to this BPA shall be brought to the immediate attention of the assigned Contracting Officer s Representative (COR) for this contract. A monthly reporting of all CLIN service hours and item breakdowns shall be provided by Veterans First Contracting Program awarded vendor/contract holder for submittal to VA COR for concurrence prior to submitting to FMS-Austin, Texas for payment. Tracking Sheet format) Suggested monthly billing turn around: End of Week 1 following months end: VA to receive vendor s Tracker. End of Week 2: Vendor to receive COR signed returned as approved Tracker. Vendor submits to Tungsten (Austin) for payment. VA will concur with Austin s notification immediately if request for payment matches previously signed Tracker. Note: Without pre-review and approval by VA of Tracker, payment thru the Tungsten payment system shall be slowed down if any discrepancies are rejected by VA Certifier. SUBMISSION REQUIREMENTS The criteria for evaluating the offers for this BPA are listed below. Technical and past performance when combined are weighted higher than price alone. First tier award consideration to Veterans First Contractors (https://www.vip.vetbiz.gov), local teaming is strongly encouraged to adequately meet the requirements of this BPA. Technical capabilities must be demonstrated for all aspects of the stated requirements. Past performance including experience with the VA and the Technical Information Library Signage Guide requirements. Prior VA Contracting performance evaluations shall be considered. Price The design team shall have significant experience in developing small to large-scale signage/wayfinding scheme in a major medical center environment. Description of past experience should feature, and vendors should describe, at least four similar projects or scopes of work and discuss how the design team approached the process of development of the final signage package in conjunction with the end-user and specific facility requirements. Problems that were overcome and handled during the design phase should also be described. Project manager assigned to the VA shall have extensive experience with the VA Signage Design Universal Guidelines. Note: Contractor shall review VA Signage Design Guide and shall validate with all stated requirements/codes prior to designing new signs. Realize that the older existing sign design standards do not fully comply with VA guidance. Limited modifications have been made to the CLIN Types A through M designs to maintain the updated two-tone signage design aesthetic look. All newly designed signs to best meet VA Signage Design Guide standards. General VA guidance found: http://www.cfm.va.gov/til/signs/signage01-intro.pdf and all associated detailed sections. Key principles are included as Attachment D. Describe examples of perceived acceptable alterations to the VA Signage Design Guide adhering to the intent of the guideline while maintaining the updated aesthetic design appearance. Offeror shall submit a sample made to the specifications (with the exception of the custom laminates and specific laminate colors) for Type D.1 and J.1. Substrate, raised lettering, font, Braille, vinyl, adhesives, acrylic, attachment hardware and paint must comply to the appropriate materials as specified. Offeror shall submit a sample made to the specifications (with the exception of the custom laminates and specified laminate colors) for a medium sized version of a Directory L Series sign. Sample must include a prototype set-up for a minimum of 6 directory strips with text demonstrating direction to emergency room, alternate direction to restrooms and to two destination points pertinent to the VA. Include a header layout appropriate for a central floor directory location. Sample will be a demonstration of hardware for construction methods, quality, flexibility and text will demonstrate an understanding of the VA signage requirements for layout, spacing, sizing and correct application of directional elements. (Not specific to any one facility.) Offeror to submit recommended hardware samples for fabrication of J.2 including wall attachment, cable and barrels including how they are assembled and secured to walls. Offeror shall submit samples of developed signage schedules, illustrated/coded space plans, proof sheets and examples of temporary room ID sheets as referenced in section C line 6. A site visit may be scheduled prior to award by the Contracting Officer. There will be only one site visit for this BPA establishment exercise. No other dates or times will be scheduled. The POC for the Site visit will be Clyder Barrientos at phone number (858) 626-8797, Email: Clyder.Barrientos@va.gov . RSVP required one week in advance of scheduled site visit.

4811 AIRPORT PLAZA DRIVE SUITE 600  LONG BEACH , CA 90815  USALocation

Place Of Performance : Department of Veteran Affairs VA San Diego Healthcare System

Country : United States

You may also like

BUILDING SIGNAGE

Due: 31 Mar, 2025 (in 11 months)Agency: FEDERAL ENERGY REGULATORY COMMISSION

BUILDING SIGNAGE

Due: 23 Aug, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 339950Sign Manufacturing
pscCode R499Other Professional Services