Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

78 -- Nature Walk Interpretive Signage and Panels

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
Reference-Number-F2Q36562494A100
 
Response Due
9/15/2006
 
Archive Date
9/15/2006
 
Point of Contact
Laura Chavez, Contract Administrator, Phone 757-764-4915, Fax 757-225-7443,
 
E-Mail Address
laura.chavez@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS REQUIREMENT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.eps.gov/ Solicitation TF2Q36562494A100 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060711 and Air Force Acquisition Circular (AFAC) 2006-0515. This acquisition will be 100% small business set-aside under NAICS code 339950. The 1st Contracting Squadron has a requirement to procure a Nature Walk Interpretive Signage and Pannels. Quotes must be subdivided into 3 parts: (1) General Design Costs, (2) Fabrication Costs, and (3) Installation Costs. To include all applicable shipping and delivery charges. The contractor shall provided either the vehicle specified above or equivalent alternative that meet the Government statement of work. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.technical capability of the item offered to meet the Government requirement and 2. price. Offerors need to be properly registered in ORCA in accordance with FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The provision at FAR 52.204-8, Annual Representations and Certifications. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contract Registration. The clause ad DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must register in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil . IN ACCORDANCE WITH FAR 52.232.18, FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT'S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. This announcement will close and quotes are due by. 4:00 PM (EST) on 15 September 2006. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCS, Attn: Capt Laura Chavez, 74 Nealy Avenue, Langley AFB, VA 23665-2088. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail, email or facsimile. POC: Capt Laura Chavez, 757-764-4915, fax 757-225-7443, or e-mail: laura.chavez@y@langley.af.mil The main functions of the panels will be to orient visitors to the flora and fauna of the Back River as viewed from the nature walk, Chesapeake Bay, and Chesapeake Bay restoration efforts. Each panel will come with one backup copy so the base will receive a total of at least twenty-two (22) panels. These specifications and plans are intended to describe the general performance of the completed work and do not attempt to show in complete detail the exact construction and finished appearance of the work. It is the contractor's responsibility to provide completed work of first class quality that maintains the aesthetic and performance intent established by these documents. The desired process should follow the National Park Service UniGuide Sign System. I. Overview Interpretive signage and panels needed for a nature walk at Langley Air Force Base., VA. The work required for this project shall consist of the design, fabrication, and installation (or other service as noted) of the following: a) One, Virginia Salt and Brackish Marsh, interpretive panel in ?? high pressure laminate and support system with a backup panel. b) One, Common Plants, interpretive panel in ?? high pressure laminate and support system with a backup panel. One, Common Mammals, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. c) One, Migratory Waterfowl, interpretive panel in ?? high pressure laminate and support system, with a backup panel. d) One, Wading, Colonial, and Neo-tropical Birds, interpretive panel in ?? high pressure laminate and support system, with a backup panel. e) One, Function of an Estuary, interpretive panel in ?? high pressure laminate and support system, with a backup panel. f) One, You Are Here in SE bay & Hampton Roads context, Chesapeake Bay Watershed & Formation ? Comet Crater interpretive panel in ?? high pressure laminate, and support system with a backup panel. g) One, Oysters ? history, function, and restoration including reef construction in Back River, interpretive panel in ?? high pressure laminate and support system, with a backup panel. h) One, SAV ? purpose and function, location in Back River, interpretive panel in ?? high pressure laminate and support system, with a backup panel. i) One, Blue Crab ? purpose and function, history in the Back River, etc., interpretive panel in ?? high pressure laminate and support system, with a backup panel. j) One, Langley AFB ? Plum Tree Island history, interpretive panel in ?? high pressure laminate or and support system, with a backup panel. Background Langley Air Force Base encompasses 2,883 acres of coastal habitat on the Virginia Peninsula. It is located 15 miles northwest of Norfolk Virginia. Langley is home to the 1st Fighter Wing and the Air Combat Command. It is situated at the confluence of the Northwest and Southwest Branches of the Back River, and is approximately three miles west and ?upstream? of Chesapeake Bay at the west end of a three mile fetch of the Back River. The undeveloped portions of the base are fringed with tidal salt marsh. II. Work to be Performed by the Contractor a. Meet with natural resources staff at the base to become familiar with the locations themes and concepts of the panels, expectations for the interpretive panels (text / graphics / visuals / materials), roles and responsibilities, and the project schedule. b. Coordinate with the POC to maintain quality workmanship, get approval at stages of panel design and fabrication as outlined below, coordinate scheduling, and complete other aspects of the work. c. Provide concept design, schematic design I, schematic design II, pre-final design, and final design of all the interpretive panels and for the Air Force and First Fighter Wing logos. d. Conduct all research for text development and write all text. e. Conduct all research for illustrations and graphics development and provide final renderings. f. Conduct photo search and provide a matrix that keys the photos to the correct panel, lists estimates for photo usage, and lists the photo sources. g. Provide color proof samples of each panel on high pressure laminate material before fabrication. h. Fabricate interpretive panels. Interpretive panels material to be a high pressure laminate material in full-color. Interpretive panel material should be exterior grade, ?? thick, and have UV and graffiti resistance. Provide two of each panel so that the base has a backup copy. i. Framing and mounting systems must be durable and appropriate for the weather conditions of coastal Virginia. Information on mounting and framing proposed including design and materials must be provided to the POC for approval. j. Return to the Air Force all materials used as reference and/or to create the artwork for the interpretive panels, the final artwork files and/or copy boards used to fabricate the panels; and all drawings needed to install the panels at each of the sites. All original artwork becomes the property of the Air Force at contract completion. k. Damage to the interpretive panels or loss of the panels during delivery will be the responsibility of the Contractor. The Contractor shall maintain insurance to cover loss of any material, completed components, or other items at the Contractor's place of manufacture. III. Items Provided by the Air Force a. For each of the panels, the overall concept(s) and key points for development of interpretive text (See Section VI?General Description of Proposed Interpretive Panels). b. References for wildlife, habitat, and/or landscape illustrations and graphics, as needed, including map references for the orientation panel. c. Obtain photo rights and pay reasonable fees for one-time use of photos based on information provided by Contractor?s photo search, as needed. d. Other reference items as needed. IV. General Design Requirements a. Because the majority of visitors may spend only a short amount of time at each site, the interpretive panels must communicate easily and clearly with a minimum amount of text. Headlines and descriptive subheads should be used to help visitors skim for items of interest. Furthermore, the interpretive panels must have maximum visual impact. Visuals should be attractive and easily understood. b. The overall look of the interpretive panels should not be trendy so as to be quickly outdated in style. c. All interpretive panels and installation instructions shall be coordinated and designed to complement each other and the landscape of the Base. Two to three conceptual panel designs should be proposed for each panel. The Air Force will approve both the design of the interpretive panels and any installation instructions for this project. d. All interpretive panels and installation methods will be designed to withstand constant weathering and visitor interaction, and still look good for a minimum of ten years. Interpretive panels? material should be exterior grade, ?? thick, and have UV and graffiti resistance. Both the interpretive materials and any mounting system must be easy to care for and clean. The Air Force will approve both the interpretive panel material and the installation instructions for this project. e. Design drawings of interpretive panels at final design shall include: i. Exact size of each panel ii. Location of each panel iii. Framing and/or mounting details iv. Location of text, illustrations, graphics, and photographs v. Sizes and styles of the typefaces clearly represented vi. Materials and colors to be used f. The contractor shall consult the POC as necessary regarding interpretive panels, materials and support structures, draft reviews, and methods for installation. g. Interpretive panels and supports must meet Section 504 (Rehabilitation Act of 1973) requirements for accessibility. The Contractor shall use design techniques that improve readability of these panels by people with low vision or other reading difficulties. Such design techniques include using active voice, limiting sentence and line length, providing graphics that aid comprehension, providing high contrast between text and background, using typefaces that are readily legible (sans serif or simple serif), using a minimum 48 pt font, and avoiding the use of colloquial and complex English. h. Design shall comply with this Statement of Work and all OSHA and Local Safety Code. Liberal safety factors shall be used in the design of all products. V. Guidelines for Interpretive Panel and Support Design and Installation Contractor will conduct necessary research for text development, illustration or graphics development, and photo selection. Accuracy of information is of the highest importance. Drawings (illustrations) should accurately depict habitats, landforms, and wildlife. Biological accuracy is most important; however, aesthetics and appeal are also extremely important. Contractor will conduct necessary research for panel installation. Contractor will convey to the Air Force the method for installing the interpretive panels at each site. In designing the interpretive panel mounting systems, both matching the kiosk design and making them climate resistant are important. Contractor will warranty the interpretive panels for 10 years against fading and delamination. ****PLS CONTINUE: SOLICITATION INCLUDES ADDITIONAL INFORMATION*****
 
Place of Performance
Address: 1st Contracting Squadron, 74 Neely Ave, Langley AFB, VA
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01139473-W 20060913/060911220633 (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.