Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2019 SAM #6569
SOURCES SOUGHT

99 -- MWV Signage Sources Sought

Notice Date
11/22/2019 11:46:00 AM
 
Notice Type
Sources Sought
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0090
 
Response Due
12/2/2019 8:59:59 PM
 
Archive Date
12/12/2019
 
Point of Contact
Stephanie.henderson3@va.gov
 
E-Mail Address
Stephanie.Henderson3@va.gov
(Stephanie.Henderson3@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice is for market research to gain knowledge of potential vendors qualified under NAICS code search for Martinsburg VAMC, Martinsburg, WV Signage requirement of 339950, includes a multidiscipline team for maintenance and on-going needs for the interior signage, exterior signage, digital signage, artwork graphics and associated wayfinding design for use by the Martinsburg VA Medical Center. with a NAICS code size standard of 500 employees. The requirement period of performance may be planned for a base year only.Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO).REQUESTED INFORMATIONIf you are interested, and can provide the required supplies/services, please provide the requested information as indicated below. Responses to this Sources Sought notice shall also include: company name, address, point of contact, size of business:- Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.- Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) with an active registration in VETBIZ, HUBZone, Woman Owned Small Business (WOSB), Small Business, Large Business, etc.).The Contracting Office anticipates awarding a BPA for maintenance and on-going needs for the interior signage, exterior signage, digital signage, artwork graphics and associated wayfinding design for use by the Martinsburg VA Medical Center.GENERAL PROJECT SCOPE: The purpose of this project is to provide maintenance and future requests to match current interior signage, exterior signage, digital signage, artwork graphics and wayfinding design services for the Martinsburg VA Medical Center and associated locations. This is NOT a request for a comprehensive signage replacement project. Must match current signage at the Martinsburg VA Medical Center recently interior and exterior signage system throughout most of the Medical Center and associated locations. Tasks include designing, programming, manufacturing and installation when required. To safeguard and expand the already implemented signage / wayfinding system the vendor or team must be able to match the existing system and have significant experience in wayfinding design, interior signage, exterior signage, specialty display-feature walls, electronic active and interactive signage and artwork/graphics for wayfinding purposes.The proposed interior and exterior signage and wayfinding maintenance package will meet all Federal and Department of Veterans Affairs requirements for safety and ADA compliance. When needed, it will provide clear identification of both primary and secondary Structures, Buildings, Departments and Rooms; assist wayfinding activities of patients, visitors, and staff; enhance the environment of care. The interior and exterior signage additions must function and match finishes and sizes exactly that are currently VA approved, designed and installed (see attached drawings). This will ensure a cohesive, consistent and interchangeable signage / wayfinding system. The program shall be coordinated with the VA according to facility demolition, renovation and construction schedules. The vendor should be a combined environmental graphics design-build organization.GENERAL SPECIFICTIONS Note: As detailed below, two interior sign systems are used at the Martinsburg VA Medical Center. Interior Signage ARCHITECTURAL SYSTEM - General Specifications (Refer to Attached Drawings for Additional Detail):Tactile and Braille Characters raised minimum 0.793 mm (1/32 in). Characters shall be accompanied by Grade 2 Braille where required by ADA.Type Styles: Refer to Drawing Standards for Approved DesignCharacter Height: Comply with ADA regulations and sign standards. ADA Required Symbols (Pictograms): Equivalent written description shall be placed directly below symbol, outside of symbol's background field. Border dimensions of symbol background shall be minimum 150 mm (6 in) high.Finish and Contrast: Signs shall be 2 ply and 3 ply construction non-glare acrylic finish with adequate contrast. Refer to Drawing Standards for Approved DesignMounting Location and Height: Room ID Signs - Mount on wall adjacent to the latch side of the door in accordance with ADA and to avoid door swing / protruding objects. All other signs follow ADA / JACHO requirements. Aluminum frame is anodized with a minimum of 75% recycled aluminum content.Signs / pockets shall be magnetically mounted into extruded aluminum sign frame. Signs must mechanically fasten to the wall (no adhesive mounting unless special exception in area exists). Room ID signs shall have an insert software program with unlimited licenses that auto scales copy allowing signs to be updated in house on any standard computer and printer.Subsurface color and graphics unless required otherwise for ADA. Aluminum Sign Holder: Satin Silver Curve Top Primary Colors: Gannett Off White Background with Black Copy (Digital Printed) Color Accent Per FloorPrimary Insert Type: Clear Acetate w/ Clear Acrylic Watermark Wood Accents: Cherry A.1. Interior Signage CONTINUUM SYSTEM - General Specifications (Refer to Attached Drawings for Additional Detail):Tactile and Braille Characters raised minimum 0.793 mm (1/32 in). Characters shall be accompanied by Grade 2 Braille where required by ADA.Type Styles: Refer to Drawing Standards for Approved DesignCharacter Height: Comply with ADA regulations and sign standards. ADA Required Symbols (Pictograms): Equivalent written description shall be placed directly below symbol, outside of symbol's background field. Border dimensions of symbol background shall be minimum 150 mm (6 in) high.Finish and Contrast: Signs incorporate various interior finishes / materials of varying depths. Refer to Drawing Standards for Approved Design. Mounting Location and Height: Room ID Signs - Mount on wall adjacent to the latch side of the door in accordance with ADA and to avoid door swing / protruding objects. All other signs follow ADA / JACHO requirements. Aluminum frame is anodized with a minimum of 75% recycled aluminum content.Signs shall feature a spring clip loading feature for sign contents.Signs must mechanically fasten to the wall (no adhesive mounting unless special exception in area exists). Room ID signs shall have an insert software program with unlimited licenses that auto scales copy allowing signs to be updated in house on any standard computer and printer.Subsurface color and graphics unless required otherwise for ADA. Aluminum Sign Holder: Satin Silver - .75 Depth with chamfer profile design Signs must accept elements of various thicknesses up to a � during in field operation. B. Exterior Signage General Specifications (Refer to Attached Drawings for Additional Detail): All aluminum extrusions MUST contain 75% recycled content. All pylon signs must be supported using two interior steel schedule 40 poles direct buried into concrete footing. Post and Panel minimum sign cabinet depth 3.25 All illuminated signs to have routed aluminum faces. All signs to be component based with changeable faces. All illuminated signs to use GE Tetra Mini LEDS. Style: Asymmetrical Curve Primary Colors: Silver, Black Copy, VA Blue Swoosh Posts: 3 � Radius Black Posts w/ Key SlotPost & Panel Mounting: Direct Burial with above ground concrete pad Pylon Mounting: Direct Burial w/ schedule 40 steel poles. Brick Base to match w/ Limestone Cap. Wayfinding Graphics / Artwork: Artwork Framing:All Frames shall be CRE-460S 2 FAS Ash from American Sustainable Forest, or approved equal (see Fig. Frame stain: Black.Image Printing: Printed at high resolution on Kodak Endura Lustre Photo PaperArtwork Mounting: Artwork to be mounted to heat activated, ph neutral adhesive 1/8 foam core with double clay coating.Matting: 2 Crescent 987 Palm Beach Outer Mat; � Crescent 1081 Volcano Blue Inner MatGlazing: .100 Optically Clear Acrylic Plexi GlassSecurity Strainer/Wall MountingAll framed artwork to be mounted using 1-1/2 x 1/2 wood security strainer or approved equal (see Fig. 2).Artwork must be affixed to wall using four-point security system.CONSTRUCTION Interior Signs ARCHITECTURAL SYSTEM: Composed of a two-ply and three-ply construction, the first ply being 1/16"" thick matte finish acrylic, the second ply being 4mm thick closed cell PVC, and the laminate adhesive being a double coated pressure sensitive polypropylene film rated at 56 oz/in minimum adhesion per PSTC-1. Pocket signs created using No. 38 -.080 separating rib(s) to form insert space for custom computer-generated acetate (the use of adhesive strips instead of acrylic is not acceptable). Signs to nest into Type OS22�custom extruded, precision mitered, aluminum frame composed of clear anodized aluminum with a minimum of 75% recycled content. Frame is to be assembled with a two-part epoxy process using composite board back plate made of recycled content and EPP Downstream Certified. The room number portion to use injected molded ABS characters. Grade II Braille to be produced with high pressure surface beading directly below tactile number 3/16 minimum. Braille translation via Duxbury Braille translator. Wood accents shall be fabricated from multi-layered fire retardant thermo plastic sheet with a class A decorative embossed film in the finish specified. Color and graphics shall be subsurface digitally printed direct to substrate with a variable dot pattern, UV Ink containing NO VOCs and LED curing. Painting, screen printing, and laminates shall not be used. Surface color or copy is not acceptable unless required for ADA compliance. CONTINUUM SYSTEM: All sign components shall utilize a component based sign system with a type II class I extruded aluminum frame composed of clear anodized aluminum with a minimum of 75% recycled content. Aluminum holder shall have precision mitered corners that are mechanical assembly via concealed fasteners. Aluminum frame profile depth shall be .75 with a subtle radius and chamfer profile design elements for a modern and timeless aesthetic. Completed frame assembly must be available in size increments of not more than an � in both length and width to provide unlimited holder dimension options to meet various needs. All extrusion and aluminum components shall be manufactured in the USA. System shall feature a spring clip loading feature or similar for sign contents. This will allow the system to: a) Readily accept sign parts and design elements of various thicknesses (room numbers, inserts, paper, dry erase, woods, metals, etc) while in service after installation without customization to maximize system flexibility b) Feature a push and slide method for insert and component removal requiring no special tools. c) Allow sign inserts and components to be easily removed with no portion of the frame requiring disassembly. Interior Sign Parts to Go in Continuum System: Acrylic parts are composed of a two-ply and three-ply construction, the first ply being 1/16"" thick matte finish acrylic, the second ply being 4mm thick closed cell PVC, and the laminate adhesive being a double coated pressure sensitive polypropylene film rated at 56 oz/in minimum adhesion per PSTC-1T. The room number portion to use injected molded ABS characters. Grade II Braille to be produced with high pressure surface beading directly below tactile number 3/16 minimum. Braille translation via Duxbury Braille translator. Wood accents shall be fabricated from multi-layered fire retardant thermo-plastic sheet with a class A decorative embossed film in the finish specified. Color and graphics shall be subsurface digitally printed direct to substrate with a variable dot pattern, UV Ink containing NO VOCs and LED curing. Painting, screen printing, and laminates shall not be used. Surface color or copy is not acceptable unless required for ADA compliance.Exterior Signs- Manufactured from extruded aluminum alloy --pre-assembled , precision machined sections then disassembled and primed with zinc chromate primer followed by electro-static painting using� DuPont Emron two-part catalytic polyurethane 1.5 2.0 mils including primer. Oven baked for 20 minutes at 300 degrees. All extruded aluminum to have a minimum of 75% recycled content. (ASTM B221, B241, B209)� UL listed and approved UL48 posted on sign. Site plans to be digitally produced and printed 3D replications of all necessary structures printed on Scotch cal exterior grade vinyl and laminated to 1/8 clear polycarbonate as back plate. Listings shall be digitally reproduced on vinyl and polycarbonate in a similar fashion. All sign extrusions must match existing. All pylon signs must be supported using two interior steel poles direct buried into a concrete footing.B. 4 DETAILED SCOPE A. Interior Room IdentificationWhere required the vendor shall program, manufacture and install new or updates to existing interior room and identification signs. This will involve programming and sign location plans being prepared including a complete sign message schedule identifying each sign, its message and its type. Interior Room Identification should follow the design standard already set by the VA per attached drawings. Room Identification signs must feature an open license application that auto scales the copy to fit each sign approximately for creating new sign inserts in house on any standard computer or printer. B. Directional and Wayfinding SignageWhere required the vendor shall program, manufacture and install new or updates to existing directional and Wayfinding signs. These signs shall be designed, manufactured and installed including a complete sign message schedule identifying each sign, its message and its type. Sign location plans shall be prepared showing the placement/location of directional signs. A report must accompany this identifying the general wayfinding theory, themes and plan being implemented. Directional and Wayfinding signage should follow the design standard already set by the VA per attached drawings. This is more than a sign replacement and requires an experienced wayfinding designer.C. Landmark Features, Graphics / ImageryWhere required these specialty displays and feature walls shall be designed, manufactured and installed. This includes architectural letters, artwork, cast seals, acid etched plaques and other items to create veteran focused displays and landmarks to build esprit de corps with veterans and aid wayfinding. D. Life Safety and Regulatory SignageWhere required the vendor shall program, manufacture and install new or updates to existing life safety and regulatory signs. These signs shall be designed, manufactured and installed including life safety, code and regulatory signage. This will involve programming and sign location plans being prepared for regulatory, code and life safety signs. Life Safety and Regulatory signage should follow the design standard already set by the VA per attached drawings.E. Exterior Signage Where required the vendor shall program, manufacture and install new or updates to existing exterior signage. This shall include a complete sign message schedule identifying each sign, its message and its type. Sign location plans shall be prepared showing the placement/location of directional signs. A report must accompany this identifying the general wayfinding theory, themes and plan being implemented. Directional and Wayfinding signage should follow the design standard already set by the VA. This is more than a sign replacement and requires an experienced wayfinding designer. TECHNICAL EVALUATION FACTORS: Project Team & Location:Contractor shall demonstrate that the individual members of their design/project team have extensive experience in the areas discussed above. The Environmental Graphic Designer assigned to the design of the signage system must have significant experience with wayfinding design of large medical centers including other VA Hospitals. The other members of the design and project management team should have at least 5 years of design, signage and artwork experience. Vendor must have a physical location with project management, install and manufacturing located within 100 miles of the Martinsburg VA Medical Center campus to provide affordable and accurate service. Please provide address under this section and denote which Project Team members operate out of this location. Past Performance and experience with large projects:Past experience shall include 5 similar projects in the last four years, two of which should be other VA or Military Hospitals. Please provide a point of contact, contract number(s), and dollar amount of all 5 projects. A similar project is defined as a design build project including wayfinding design, interior / exterior signage and installation for a healthcare facility with equal magnitude. Previous experience with BPA contracts is preferable. All projects provided must be substantially complete and offeror must have acted as the prime contract holder. Experience of subcontractors does not apply.Wayfinding & wayfinding Design Precepts:Vendor shall demonstrate a proven knowledge of the special needs and design precepts appropriate for specific sub-populations / units within VA patients and healthcare facilities (i.e. mental health units, etc). Must meet ADA compliance for signage.Sign Samples and product quality: If solicited Vendor shall submit physical samples of the following sign types (refer to drawings for detailed specifications):Continuum System: D1A/F/Wc 9 x 9 ADA Room ID Cc/P/Cb/Wc 18 x 18 Pocket Directional w/ 11 x17 InsertArchitectural System: 3. C4 S/F 8 x 24 Overhead with Wood Header and Vinyl Copy Wayfinding Graphics / Artwork:T-GWP 18 x 24 Framed wayfinding Artwork Exterior: 8/218 Single Post Sign 12 x 12 on 3.25 Post --- Cut Post length to 14 for SampleSamples will be evaluated on workmanship, quality, finishes and the ability to match the design standard / existing system.Evaluation Factors Project Team & Location:Contractor shall demonstrate that the individual members of their design/project team have extensive experience in the areas discussed above. The Environmental Graphic Designer assigned to the design of the signage system must have significant experience with wayfinding design of large medical centers including other VA Hospitals. The other members of the design and project management team should have at least 5 years of design, signage and artwork experience. Vendor must have a physical location with project management, install and manufacturing located within 100 miles of the Martinsburg VA Medical Center campus to provide affordable and accurate service. Please provide address under this section and denote number of Project Team members that operate out of this location. If you are capable of responding to a Martinsburg VAMC site within 24hours of need, please note this. Past Performance:Past experience shall include 5 similar projects in the last four years, two of which should be other VA or Military Hospitals. Please provide a point of contact, contract number(s), and dollar amount of all 5 projects. A similar project is defined as a design build project including wayfinding design, interior / exterior signage and installation for a healthcare facility with equal magnitude. Previous experience with BPA contracts is preferable. All projects provided must be substantially complete and offeror must have acted as the prime contract holder. Experience of subcontractors does not apply.Wayfinding & wayfinding Design Precepts:Vendor shall demonstrate a proven knowledge of the special needs and design precepts appropriate for specific sub-populations / units within VA patients and healthcare facilities (i.e. mental health units, etc). Must meet ADA compliance for signage.Sign Samples: If solicited at a later date Vendor shall submit physical samples of the following sign types (refer to drawings for detailed specifications):Continuum System: D1A/F/Wc 9 x 9 ADA Room ID Cc/P/Cb/Wc 18 x 18 Pocket Directional w/ 11 x17 InsertArchitectural System: C4 S/F 8 x 24 Overhead with Wood Header and Vinyl Copy XXXX Graphics / Artwork:T-GWP 18 x 24 Framed wayfinding Artwork Exterior: 8/218 Single Post Sign 12 x 12 on 3.25 Post --- Cut Post length to 14 for SampleSamples will be evaluated on workmanship, quality, finishes and the ability to match the design standard / existing system. Technical factors: Experience with Large Projects:Vendor shall demonstrate experience with planning, coordinating, managing, and implementing an environmental graphics design/ build project in an health care environment that covered multiple campuses, buildings, and roadways over a multi-year period. The scope should include both interior and exterior signage. Case Studies and other supporting documentation should be submitted. Previous experience with BPA contracts is preferable. All projects provided must be substantially complete and offeror must have acted as the prime contract holder. Experience of subcontractors does not apply.Product Quality / Specifications: Vendor shall submit detailed manufacturing drawings for all interior and exterior sign components showing conformance with all specification and the ability to provide interchangeable components with the existing system. Any deviation from the specifications and existing sign standard must be clearly noted. Management Approach: Vendor shall detail how they manage, plan and implement sign orders to ensure on-time performance, customer service, quality control and adherence to codes. NOTESAll Capability Statements/Responses to this Sources Sought notice shall be submitted via email only to stephanie.henderson3@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted in response to this Sources Sought notice. Responses to this Sources Sought notice must be received no later than Dec 2, 2019 at 12:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice.DISCLAIMERThis Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.Please reference the following in your email subject line: 36C24520Q0090 Sources Sought Notice Response End of Notice
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4daf0de0db7c4b1392eb1e9329d37895/view)
 
Place of Performance
Address: Dept of Veterans Affairs;Martinsburg VAMC;FMS;510 Butler Ave;Martinsburg WV 25405, USA
Zip Code: 25405
Country: USA
 
Record
SN05502094-F 20191124/191122230251 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.