DOCUMENT
99 -- Recreation Therapy Interior Signage - Attachment
- Notice Date
- 5/14/2018
- 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
- 36C26118Q0559
- Response Due
- 5/25/2018
- Archive Date
- 9/1/2018
- Point of Contact
- Robert Parke
- E-Mail Address
-
udley
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Page 10 of 10 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q0559 Posted Date: 05/04/2018 Original Response Date: Friday - 05/25/2018 @ 11:00am PDT Current Response Date: Friday - 05/25/2018 @ 11:00am PDT Product or Service Code: 9905 Set Aside (SDVOSB/VOSB): VOSB Veteran Owned Small Business NAICS Code: 339950 Contracting Office Address Department of Veterans Affairs Network Contracting Office 21 (NCO 21) 5342 Dudley Blvd., Bldg. 98 McClellan, CA 95652-1012 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 (effective 01/24/2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 339950, with a small business size standard of 500 employees. Network Contracting Office 21 (NCO 21) is seeking to purchase various signage for Recreation Therapy in accordance with attached documentation. All interested companies shall provide a quotation for the following: Supplies Price/Cost Schedule MATERIAL LIST Recreation Therapy Signage Wellness Center Signs/Aquatic Center Signs CLIN Sign Type - Description QTY Unit of Issue Price Per Unit Extended 0001 IN-01.01.02 - Emergency Exit Plan, Elevator Call Button 6 $ $ 0002 IN-01.04 - In Case of Fire 3 $ $ 0003 IN-01.31.1 - Fire Equipment ID 25 $ $ 0004 IN-105 - Floor Directory 4 $ $ 0005 IN-110 - Directional (Large) 1 $ $ 0006 IN-111 - Directional (Small) 3 $ $ 0007 IN-120.1 - Department ID 3 $ $ 0008 IN-18.01 - Department ID Vinyl Letters 4 $ $ 0009 IN-300 - Room ID and Description 3 $ $ 0010 IN-300.1 - Exiting (Small) 14 $ $ 0011 IN-300.2 - Room ID and Description (Small) 26 $ $ 0012 IN-301 - Room Description (Large) 4 $ $ 0013 IN-301.2 - Exit Floor 7 $ $ 0014 IN-302 - Office ID 2 $ $ 0015 IN-310 - Department ID (Tactile) 7 $ $ 0016 IN-315 - Information Panel 4 $ $ 0017 IN-320.1 - Restroom ID-ADA-MEN 4 $ $ 0018 IN-320.2 - Restroom ID-ADA-WOMEN 4 $ $ 0019 IN-321 - CA Title 24 Restroom ID-ADA-MEN 4 $ $ 0020 IN-322 - CA Title 24 Restroom ID-ADA-WOMEN 4 $ $ 0021 IN-325 - Restroom ID Flag 1 $ $ 0022 IN-351 - 8 ½ x 11 insert 6 $ $ 0023 IN-320.3 - Restroom ID-ADA-UNISEX 1 $ $ 0024 IN-323 - CA Title 24 Restroom ID-ADA-UNISEX 1 $ $ 0025 Prototypes QTY 1 each IN-105, IN-111, IN-120, IN-125, IN-305, IN-300B, IN-325 1 $ $ Services CLIN Description Labor Rate Labor Hours Extended 0026 Installation Wellness Center $ 0027 Installation Aquatic Center $ 0028 Design, Programming, and Project Management $ SUB TOTAL Materials JB $ SUB TOTAL Services JB $ TOTAL JB $ Services 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 Quoter s 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 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 if necessary 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. Quote 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. ATTACHMENTS Attachment 1 Sign Schedule Attachment 2 VA Signage Interior Attachment 3 VA Palo Alto Signage Display Standards Attachment 4 Sign Types & Mounting Details Attachment 5 VAPA_Specification SECTION 10 14 00 Attachment 6 Placement Floor Plans Rec Therapy The Delivery date requested is 60 days ARO. Delivery Date: _____ days ARO Delivery and Installation will be FOB Destination. The contractor shall deliver and install all line item(s) in accordance with the Statement of Work to: VA Palo Alto Healthcare System (VAPAHCS) Office of Facility Planning and Development 3801 Miranda Ave Palo Alto, CA 94304 Facility Point of Contact: Anne Chan Ph: 650-493-5000 x69631 Email: anne.chan2@va.gov Place of Performance Address: Bldg. 530 3801 Miranda Av. Palo Alto, CA Postal Code: 94304 Country: UNITED STATES Award shall be made in accordance with FAR 52.212-2 Evaluation Commercial Items (OCT 2014): (a) (Tailored) The Government may award one contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation and is the Lowest Price Technically Acceptable (LPTA). The Government intends to evaluate quotes and award a contract without discussions (except clarifications). Therefore, the quoter s initial quote should contain the quoter s best terms from a price and technical standpoint. Award will be made to the responsive, responsible, lowest priced, technically acceptable quoter that meets or exceeds the acceptability standards for all non-cost factors. The following factors shall be used to evaluate offers: SDVOSB/VOSB Verification- The Government will review VetBiz (https://www.vip.vetbiz.gov/ ) to confirm Service Disabled Veteran-owned Small Business (SDVOSB) and/or Veteran-owned Small Business (VOSB) status verification for the submitted quotes. Evaluations will be performed on quotes submitted by verified SDVOSBs and/or VOSBs only. Evaluation Overview: Quotes will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical quote of the lowest priced offeror. Other technical quotes may not be evaluated, unless the Government determines the lowest price offeror to be unacceptable or non-responsive. In the event the Government determines the lowest price offeror to be unacceptable, the technical quote of the next lowest price offeror will be evaluated. This process will continue until a technical quote is determined to be acceptable. Offers will be evaluated utilizing the following Technical evaluation criteria: 3.1 Authorized Distributor: You must either be the manufacturer, and/or an authorized distributor. Quote(s) must include current documentation from the manufacturer on the manufacturer s letterhead dated within 90 days of the date of this solicitation indicating the vendor is an authorized distributor. Note: Authorized distribution letters from other than the manufacturer are unacceptable, i.e. third party letters, and any products quoted shall be determined grey market. 3.2 Meet or Exceed requirement elements in Statement of Work (SOW): All quotes shall completely address SOW element(s), and will be rated either acceptable or unacceptable. This element must be rated acceptable to receive an overall acceptable technical rating. Quotes must separately address each element identified in the SOW to be considered responsive to this solicitation with the exception of Past Performance, which requires no submission by quoter on this request. Failure to address any element(s) as identified in SOW will result in an unacceptable quote, and deemed ineligible for award. Price - Price will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price is fair and reasonable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. (NOV 2017) If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Items (b)(4), (b)(8), (b)(14), (b)(18), (b)(22), (b)(25-28), (b)(30), (b)(32-33), (b)(42), (b)(47)(iii), (b)(49) and (b)(55). FAR 52.228-5, Insurance Work on Government Installation (JAN 1997) FAR 52.236-8, Other Contracts (APR 1984) FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (APR 1984) FAR 52.236-12, Cleaning Up (APR 1984) FAR 52.246-12, Inspection of Construction (AUG 1996) FAR 52.246-21, Warranty of Construction (MAR 1994) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000per person; $500,000 per occurrence and $200,000 property damage. (d) The successful quoter must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) The following VAAR Clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (JAN 2008) VAAR 852.211-75, Product Specifications (JAN 2008) VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) VAAR 852.246-70, Guarantee (JAN 2008) VAAR 852.246-71, Inspection (JAN 2008) All quoters shall submit the following: One copy of their quotation electronically via email. Ensure the file size of all attachments is less than 5 MB. If multiple emails are required to meet the file size limitation ensure each email indicates 1 of # of emails in subject box. Ex. 1 of 3, 2 of 3, 3 of 3 All quotations shall be sent electronically to the Robert Parke Contract Specialist. This is an open-market combined synopsis/solicitation for products and services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Friday May 18, 2018 @ 3:00pm PDT at Network Contracting Office 21 via email to robert.parke2@va.gov (Robert Parke Contract Specialist) Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY ELECTRONIC OFFERS WILL BE ACCEPTED. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Robert Parke via robert.parke2@va.gov Point of Contact Robert Parke - Ph: 916-923-4922 Email: robert.parke2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0559/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q0559 36C26118Q0559.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303857&FileName=36C26118Q0559-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303857&FileName=36C26118Q0559-000.docx
- File Name: 36C26118Q0559 Attachment 1 - Sign Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303858&FileName=36C26118Q0559-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303858&FileName=36C26118Q0559-001.pdf
- File Name: 36C26118Q0559 Attachment 2 - VA Signage - Interior.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303859&FileName=36C26118Q0559-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303859&FileName=36C26118Q0559-002.pdf
- File Name: 36C26118Q0559 Attachment 3 - VA Palo Alto Signage Display Standards.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303861&FileName=36C26118Q0559-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303861&FileName=36C26118Q0559-003.pdf
- File Name: 36C26118Q0559 Attachment 4 - Sign Types _ Mounting Details.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303862&FileName=36C26118Q0559-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303862&FileName=36C26118Q0559-004.pdf
- File Name: 36C26118Q0559 Attachment 5 - VAPA_Specification SECTION 10 14 00.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303863&FileName=36C26118Q0559-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303863&FileName=36C26118Q0559-005.pdf
- File Name: 36C26118Q0559 Attachment 6 - Placement Floor Plans- Rec Therapy.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303864&FileName=36C26118Q0559-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303864&FileName=36C26118Q0559-006.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q0559 36C26118Q0559.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4303857&FileName=36C26118Q0559-000.docx)
- Place of Performance
- Address: VA Palo Alto Healthcare System (VAPAHCS);3801 Miranda Ave - Bldg. 530;Palo Alto, CA
- Zip Code: 94304
- Zip Code: 94304
- Record
- SN04920969-W 20180516/180514230554-0896dc6e97b56155d18d55173b698fe6 (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 |