DOCUMENT
99 -- REPLACE SIGN _ MINNEAPOLIS VA MEDICAL CENTER BUILDING - Attachment
- Notice Date
- 3/21/2011
- Notice Type
- Attachment
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Michael Reed;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26311RQ0152
- Response Due
- 4/1/2011
- Archive Date
- 5/1/2011
- Point of Contact
- Michael Reed
- E-Mail Address
-
Michael Reed, Contracting Officer
(michael.reed1@va.gov)
- Small Business Set-Aside
- N/A
- Description
- (i)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. (ii) The solicitation number is VA-263-11-RQ-0152 and is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-45 (October 1, 2010). In accordance with FAR 52.252-2 clauses and provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: FAR: https://www.acquisition.gov/far/ VAAR: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (iv) North American Industry Classification System (NAICS) code 339950 Sign Manufacturing (size standard 500 employees) applies to this solicitation. (v) This requirement consists of one (1) line item: Line Item 0001: The contractor shall provide all labor, supervision, and all other resources required to replace the existing exterior illuminated VA sign. Details: Existing metal sign is approximately 70 feet above ground on the exterior of Building 70, constructed of metal with neon halo-illumination connected to transformers also on the exterior of Building 70. The VA Logo and sign is in disrepair and the contractor will provide all materials and labor to measure the existing sign, fabricate a new aluminum halo-illuminated sign with LED lights and make it ready for installation (prior to removal of the existing sign), remove the existing sign and install the new sign. Requirements of performance: The contractor will: a. Measure existing sign (new sign to be exact same dimensions as previous sign). b. Fabricate new sign with logo, fabricated aluminum dimensional letters that are internal halo-illuminated and the same size and configuration as the existing sign, LED lighting instead of the existing neon lighting, letter faces will be made of minimum 0.090 inch aluminum and painted green (PMS 553, Federal Standard Number 14062), letter returns will be minimum 0.063 inch aluminum, mounting brackets will also be made of aluminum. NOTE: The existing sign will not be removed until the new sign is on site and ready to install. c. Remove the existing sign and dispose of it in accordance with applicable OSHA and EPA requirements. d. Install new sign. NOTE: All electrical wiring will be installed from the LED lights through the exterior wall of Building 70 and into room 4D-122. VA electrician staff will disconnect power from the existing sign and reconnect power to the new sign. VA will provide traffic and pedestrian control during removal and installation. Performance Period: 60 days. Submittals: Shop drawing of sign dimensions, materials, mounting hardware, and wiring. References: VA design guide: http://www.cfm.va.gov/til/signs/signage02a.pdf (vi) The Department of Veteran Affairs requires this sign removal and replacement due to degradation and disrepair of the current sign. (vii) Delivery shall be FOB destination to Minneapolis Veterans Health Care System, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors -Commercial Items, applies to this solicitation and is incorporated by reference. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. Award will be made based on technical, past performance and price factors (listed in descending order of importance). Technical and past performance factors are, combined, more important than price. This is a best value solicitation. The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. (x) The clause at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and is incorporated by reference. A copy of the provision may be obtained from http://www.arnet.gov.far. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. (xii) The following FAR clauses identified at paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, are considered checked and are applicable to this acquisition: 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity,, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-1 Buy American Act--Supplies. 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer (xiii) The following VAAR clauses and provisions are incorporated by reference and apply to this solicitation, any subsequent award and the contractor to which award is made: 852.203-70 Commercial Advertising, 852-215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.237-70 Contractor Responsibilities, 852.246-70 Guarantee, 852.246-71 Inspection, 852.273.74 Award Without Exchanges, 852.273.76 Electronic Invoice Submission. VAAR 852.211.73 (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Offers are due Friday, April 1, 2011 at 12:00 noon Central Time and shall be submitted via electronic mail to: Michael Reed, Contracting Specialist, michael.reed1@va.gov or via postal mail to: Department of Veterans Affairs Contracting Office (90D), ATTN: Michael Reed - VAMC Sign Replacement, 708 South Third Street Suite 200E, Minneapolis, MN 55415 (xvi) Point of contact for this solicitation is Michael Reed, (612) 344-2152, michael.reed1@va.gov. All inquiries must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0152/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0152 VA-263-11-RQ-0152_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=184622&FileName=VA-263-11-RQ-0152-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=184622&FileName=VA-263-11-RQ-0152-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-263-11-RQ-0152 VA-263-11-RQ-0152_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=184622&FileName=VA-263-11-RQ-0152-000.docx)
- Place of Performance
- Address: VA Medical Center;One Veterans Drive;Minneapolis MN
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02405792-W 20110323/110321234703-852ff70657803533c79c5166f57b6cc8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |