Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
DOCUMENT

99 -- Interior Signage for Recreation Therapy - Attachment

Notice Date
3/27/2018
 
Notice Type
Attachment
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd., Bldg. 98;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
36C26118Q9006
 
Response Due
4/3/2018
 
Archive Date
7/11/2018
 
Point of Contact
Robert Parke
 
E-Mail Address
thern
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE Subject: Sources Sought, Interior Signage for Recreational Therapy for Department of Veterans Affairs, Veterans Health Administration (VHA) VISN 21. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The purpose of this sources sought is to conduct market research to support the procurement of Interior Signage for Recreation Therapy Gymnasium for VISN21. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 339950 Sign Manufacturing. This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 339950. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. Background: The Department of Veterans Affairs is seeking vendors who can provide Interior Signage for Recreation Therapy Gymnasium per the attached Statement of Work and additional attachments listed below. The vendors must demonstrate the ability to meet all requirements for this notice. See Statement of Work and additional attachments for all the details. INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services that are required in the attached draft salient characteristics. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. The attached salient characteristics are a draft, and are NOT finalized. If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small. (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business. (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). (e) Include the DUNS number of your firm. (f) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. (g) Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts. (h) Link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable. (i) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (j) Other material relevant to establishing core competencies of the firm. (k) Contractor shall complete Attachment 1 Price-Cost Schedule for the purpose of market research. (l) Contractor shall include the terms and conditions of the warranty for all products listed in attachment. Response is due by noon Tuesday, April 3, 2018. Please submit e-mail responses to Mr. Robert Chuck Parke, Contract Specialist, at email address: robert.parke2@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: Interior Signage Recreation Therapy Palo Alto, CA in the subject line of your email. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. See Attachment 1 Sign Schedule See Attachment 2 VA Signage Interior See Attachment 3 VA Palo Alto Signage Display Standards See Attachment 4 Sign Types & Mounting Details See Attachment 5 Price-Cost Schedule See Attachment 6 - Placement Floor Plans - Rec Therapy Statement of Work Interior Signage VAPAHCS Recreation Therapy Gymnasium, Palo Alto, CA OVERVIEW The Contractor shall provide a Comprehensive Interior Signage Package including design, way-finding study, programming, project management, fabrication, site verification and installation for Building 530, Recreation Therapy Gymnasium and Aquatic Center. The Contractor shall provide all tools, materials, equipment, labor, transportation, and supervision necessary to fabricate and install the interior signage as outlined below and as articulated in the construction documents and specifications attached herein. This Work shall include, but is not limited to room identification signs, department signs, directory boards, floor identification, and door graphics. Interior Life-safety Code signage to be included as part of this requirement are: Tactile Exit Signage, Tactile ADA restroom signage, CA-Title 24 restroom signage and fire extinguisher location flag signage. Exterior signage and Interior Life-Safety Code Signage (that is not specifically listed above) are not part of this requirement. Existing signage shall be removed and replaced as noted and existing substrate shall be patched and repaired to match. See the list of attachments for supplemental information. Period of Performance for this requirement will be 60 Days After Receipt of Order (ARO). BACKGROUND The Department of Veterans Affairs (VA) is constructing a new 26,700 GSF Recreation Therapy Gymnasium on the Palo Alto Division (PAD) campus. In March 2014, a Notice to Proceed (NTP) was issued for construction to begin. Construction is scheduled for completion and acceptance it Spring 2018, with an estimated opening in the Summer of 2018. QUALITY and WORKMANSHIP Workmanship and materials will meet all current VA standard and specification. All shop drawings and material samples will be submitted to the COR (Contracting Officers Representative) for approval before installation. The work shall be performed in accordance with all applicable and latest code requirement per: International Building Code, NFPA 99 Health Care Facility, NFPA 13, and OSHA requirements. I the event of any discrepancy between code regulations and/or VA specifications, the most stringent shall govern. Visits to the site by Bidders may be made only by appointment with the COR. All employees of contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. The contractor shall comply with all rules of conduct described in the Rules of the Station. Prior to commencing work, general contractor shall provide proof that a OSHA certified competent person (CP) (29 CFR 1926.20 (b)(2) will maintain a presence at the work site whenever the contractor or subcontractors are present. Contractor shall be responsible for cleaning of areas at the end of each day. No garbage will be left behind on VA facilities. PROJECT MEETINGS The contractor shall hold regular review meetings with VA staff appropriate points throughout the programming, design, fabrication, and installation process, including the VA COR, VA Project Interior Designers and VA Project Manager. Contractor shall assume approximately six review meetings, estimated at two per month. Contractor shall coordinate scheduling of meeting time with VA team and send calendar invitation including meeting location (in person at Palo Alto, CA OFPD office or conference call number with web ability). The contractor shall hold a kickoff meeting to confirm project milestones, schedule of values, future meeting scheduling, contacts and deliverable expectations. The contractor shall provide a list of project contacts including email addresses and phone numbers with the first set of meeting minutes after the project kick-off meeting. Alternate contracts shall be provided should the main POC be out of the office. The contractor shall provide action items focused meeting minutes within 2 business days of each in person meeting or conference call. At each meeting the contractor shall supply the VA with an updated Schedule of Values, Constriction Schedule and progress Phasing Plan. The contractor shall email the VA COR and project team a status email every 2 weeks. Status email should list progress of current action items, updated project schedule and general status of project. VA TEAM The contractor shall work with the following Veterans Affairs (VA) personnel managing this project: Contracting Officer (CO): The CO shall be responsible for all contractual administration of this Project. All transactions of a legal nature, including contractual agreements, amendments, change orders, etc. shall be issued, approved and progressed through the CO. Contracting Officer s Representative (COR): The COR shall be responsible for the AE design management on behalf of the VA and will manage the Project on a day-to-day basis to ensure that the Project requirements are met according to this Scope of Work. CONTRACTOR TRAINING REQUIREMENTS All employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training, as determined by VA CP with input from the ICRA team. Submit training records of all such employees to the COR for approval before the start of work. DELIVERABLES: Submittal Requirements: Project Submittals/Specification: Refer to attachment Construction Schedule: Two Hard copies on 11x17 and one CD ROM Budget Analysis Schedule of Values Monthly Each submittal shall include two hard copies 11x17 and one CD ROM. Installation phasing plan Two hard copies on 11x17 drawing, written narrative and one CD ROM. Safety Plan Two Hard copies on 11x17 drawing, written narrative and one CD ROM. BID REQUIREMENTS Sample mockup of Room ID Description Sign (Sign Type IN-300.2) Sample of signage package: Sign List Should Include Thumbnail images of every sign for ease of customer review. Text only lists will not be accepted. Portfolio of Five (5) project profiles to demonstrate significant experience in developing a large-scale interior and directional signage scheme in a major medical center environment. Itemized breakdown of costs for Design Package (design, way-finding study, programming, project management, product sign list and site verification), Fabrication and Installation. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Wellness Center Interior and Directional Signage Fabrication for VAPAHCS Please reference the "Statement of Work" and Attachments 1 5. Please complete "Attachment 1 - Price- Cost Schedule for detailed breakdown. 1.00 JB 0002 Aquatic Center Interior and Directional Signage for VAPAHCS Please reference the "Statement of Work" and Attachments 1 5. Please complete "Attachment 1 - Price- Cost Schedule for detailed breakdown. 1.00 JB 0003 Installation of Interior Signage for VAPAHCS Please reference the "Statement of Work" and Attachments 1 5. Please complete "Attachment 1 - Price- Cost Schedule for detailed breakdown. 1.00 JB 0004 Design, Programming, and Project Management for VAPAHCS Please reference the "Statement of Work" and Attachments 1 5. Please complete "Attachment 1 - Price- Cost Schedule for detailed breakdown. 1.00 JB GRAND TOTAL Page 8 of 8 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: VA Palo Alto Health Care System (VAPAHCS) Palo Alto Division Reference the SOW Palo Alto, CA See Statement of Work and attachments for details. ARO IAW SOW MARK FOR: TBD MARK FOR: TBD See Attachment 1 Sign Schedule See Attachment 2 VA Signage Interior See Attachment 3 VA Palo Alto Signage Display Standards See Attachment 4 Sign Types & Mounting Details See Attachment 5 Price-Cost Schedule See Attachment 6 - Placement Floor Plans - Rec Therapy
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9006/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9006 36C26118Q9006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180240&FileName=36C26118Q9006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180240&FileName=36C26118Q9006-000.docx

 
File Name: 36C26118Q9006 Attachment 1 - Sign Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180241&FileName=36C26118Q9006-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180241&FileName=36C26118Q9006-001.pdf

 
File Name: 36C26118Q9006 Attachment 2 - VA Signage - Interior.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180242&FileName=36C26118Q9006-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180242&FileName=36C26118Q9006-002.pdf

 
File Name: 36C26118Q9006 Attachment 3 - VA Palo Alto Signage Display Standards.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180243&FileName=36C26118Q9006-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180243&FileName=36C26118Q9006-003.pdf

 
File Name: 36C26118Q9006 Attachment 4 - Sign Types _ Mounting Details.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180244&FileName=36C26118Q9006-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180244&FileName=36C26118Q9006-004.pdf

 
File Name: 36C26118Q9006 Attachment 5 - Price-Cost Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180245&FileName=36C26118Q9006-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180245&FileName=36C26118Q9006-005.pdf

 
File Name: 36C26118Q9006 Attachment 6 - Placement Floor Plans- Rec Therapy.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180246&FileName=36C26118Q9006-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180246&FileName=36C26118Q9006-006.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Palo Alto Healthcare System;Palo Alto Division;3801 Miranda Ave;Palo Alto, CA
Zip Code: 94304
 
Record
SN04868872-W 20180329/180327232053-61b5b2e992634c5b141324f0fede8a92 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.