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
MODIFICATION

78 -- Nature Walk Interpretive Signage and Panels

Notice Date
9/11/2006
 
Notice Type
Modification
 
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
****CONTINUED FROM SOLICITATION ANNOUNCEMENT***** 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. 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. VI. General Description of Proposed Panels The following describes the conceptual interpretive and orientation panels that the base staff is currently envisioning. These descriptions are provided to give the contractor some initial direction. 1. One, Virginia Salt and Brackish Marsh, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system with a backup panel. Key graphic to emulate is in VIMS CCRM Field Guide to Virginia Salt and Brackish Marsh Plants. 2. One, Common Plants, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system with a backup panel. Possible source graphics in Abigail Rorer?s Field Guide to Coastal Wetland Plants of the Southeastern United States, and depicted in VIMS CCRM Field Guide to Virginia Salt and Brackish Marsh Plants. 3. One, Common Mammals, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: US Fish and Wildlife Service Conservation Library, Langley Air Force Base Natural Resources, VA DGIF. 4. One, Migratory Waterfowl, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: US Fish and Wildlife Service Conservation Library, Langley Air Force Base Natural Resources, VA DGIF. 5. One, Wading, Colonial, and Neo-tropical Birds, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: US Fish and Wildlife Service Conservation Library, Langley Air Force Base Natural Resources, VA DGIF, DoD Partners in Flight. 6. One, Function of an Estuary, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: http://www.chesapeakebay.net/info/about1.html, NOAA, http://www.epa.gov/maia/html/estuaries.html, http://www.epa.gov/owow/estuaries/about1.htm, Mencken quotation 7. One, You Are Here in SE bay & Hampton Roads context, Chesapeake Bay Watershed & Formation ? Comet Crater, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate, and support system with a backup panel. Sources: USGS, NOAA. 8. One, Oysters ? history, function, and restoration including reef construction in Back River, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: VIMS, VMRC, MD DNR, UMCES. 9. One, SAV ? purpose and function, location in Back River, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: http://www.vims.edu/bio/sav/index.html, http://www.chesapeakebay.net/baygras.htm, http://www.dnr.state.md.us/bay/sav/key/eelgrass.asp 10. One, Blue Crab ? purpose and function, history in the Back River, etc., 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate and support system, with a backup panel. Sources: Smithsonian Environmental Research Center (http://www.serc.si.edu/education/resources/bluecrab/index.jsp), VMRC, VIMS Blue Crab Anatomy http://www.vims.edu/adv/ed/crab/anatomy.html, 11. One, Langley AFB ? Plum Tree Island History, 3-ft high by 4-ft wide interpretive panel in ?? high pressure laminate or and support system, with a backup panel. Sources: Air Combat Command Historian, 1 FW/PA, National Archives, Daily Press, War Museum (Newport News), Library of Virginia. Contractor Tasks and Submittals The Contractor shall provide all materials, equipment, supplies, and labor required to accomplish the following tasks: Design a. Site Meeting?Meet with Natural Resources Staff at the Base 3 to 4 weeks after contract award to obtain an overview of the project and provide input on design and materials for the interpretive panels and installation methods. This meeting will also allow the contractor to attain familiarity with the requirements of these specifications. b. Concept Design (25% complete)?Provide two to three conceptual panel designs for each panel. Provide two sets of each conceptual panel design drawings in full color at one-quarter scale to the POC. Concepts for framing and mounting will be presented. Package submitted will include the conceptual interpretive theme development for each panel and the relationship between themes/topic areas. Graphic direction will be shown through sketches. The initial illustration and/or photo direction will also be presented at this phase. A tele-conference briefing with Natural Resources personnel will be conducted two weeks following package submission to discuss desired changes. Approval of designs and Air Force comments will be in writing from the POC one week after the tele-conference. c. Schematic Design I (50% complete)?Provide two sets of schematic design drawings of final conceptual design showing the shapes, sizes, and designs of each of the interpretive panels in full color at one-quarter scale. This package will contain detailed drawings, illustration and/or photo style and direction, titles, subtitles, text, and color use and placement. Draft text for all of the interpretive panels will be included. Framing and mounting details will also be presented. A tele-conference briefing with Natural Resources personnel will be conducted two weeks following package submission to discuss any changes. Approval of designs and Air Force comments will be in writing from the POC one week after the tele-conference. d. Schematic Design II (75% complete)?Provide two sets of 75% design drawings of all interpretive panels in full color showing further development of the direction set forth in the Schematic Design I phase in full color at one-half scale. This set of design drawings would show 75% completed development of and/or agreed-to changes in the panels. This package will also contain further enhanced detailed design drawings, including the photo selection, draft titles, subtitles, and text, recommended graphics, and illustration sketches, all at 75% completion. Illustration sketches will be 75% complete, further showing the direction and style of final illustrations. Framing and mounting instructions will also be presented. A tele-conference briefing with Natural Resources personnel will be conducted one week following package submission. Approval of designs and Air Force comments will be in writing from the POC one week after the tele-conference. e. Pre-Final Design (95% complete)?Provide two sets of 95% design drawings of all interpretive panels to full scale and in full color. All information needed to produce, fabricate, and install the interpretive panels will be included in this package, including: i. Design drawings of each interpretive panel?drawings, in full color, to include final design graphics, text, illustrations, and photos all drawn to full scale. ii. Identification and specifications for all necessary panel substrates and installation materials. iii. Text will be 95% complete at this phase. iv. Secure all source and cost information for use of all non-Air Force photos. Provide this information in a matrix that identifies and keys all photos to their respective exhibit. The Air Force will identify and approve appropriate and necessary photos and pay for the use of the photos separately from this exhibit contract. v. Installation instructions for the mounting system (for future Air Force use). A tele-conference briefing with Natural Resources personnel will be conducted one week following package submission. Approval of designs and Air Force comments will be in writing from the POC one week after the tele-conference. f. Final Design (100 % complete)?Provide all deliverables listed in (d.) above reflecting any revisions requested by the Air Force following the last written comments. A tele-conference briefing with Natural Resources personnel will be conducted one week following package submission. Approval of designs will be in writing from the POC one week after the tele-conference. Fabrication Fabrication Checkpoint (25% completion of fabrication)?This checkpoint involves the delivery of samples of the high pressure laminate aspects of the exhibit project for review and approval by the Air Force. The samples will represent a selection of the graphics from the panels to show color accuracy and resolution of output (in actual material). Any concerns that need to be addressed will be provided in writing from the POC to the Contractor. Inspections may occur on-site at the Contractor?s or via another agreed-to method. a. Inspection After Shipment, Before Installation?The POC will conduct an inspection of all interpretive panels for errors and damage that occurred during printing, packaging, and shipment before installation is initiated. The POC will notify the Contractor orally and will follow up in writing immediately if there are errors or damage to the panels. Contractor will repair completely, correctly, and satisfactorily any damage that occurs during packaging and shipment. Installation a. Installation?Contractor will install all interpretive panels and support structures. The POC will conduct an inspection during and after construction and installation. The POC will notify the Contractor orally and will follow-up in writing immediately if there is any damage or poor workmanship. Contractor will repair completely, correctly, and satisfactorily any damage or poor workmanship that occurs during installation. b. Close-Out?Contractor will have completed corrections/damage from shipping. Contractor to also deliver: warranty that covers the interpretive panels for 10 years against fading and delamination; warranty for mounting systems; all reference materials provided by the Air Force, installation instructions, final copy board artwork, and final digital artwork files developed and used to create the final products. Only after all work is completed correctly and satisfactorily will final approval will be granted in writing by the POC. IX. Schedule of Checkpoints The following schedule of checkpoints shall be adhered to. All deadlines, except as noted, shall be based on the number of calendar days from the Consultation Meeting. The Consultation Meeting will take place within 3 to 4 weeks of contract award. While most of the inspections will take place via exchanges through the mail and phone conversations, the Air Force reserves the right to conduct inspections at the Contractor?s facility at any time during the construction process. Review of design drawings and any other types of reviews can occur as needed. X. Qualifications of Subcontractors The Contractor may use subcontractors to perform any part of the work, but each subcontractor must be approved by the Air Force before commencing work. When requested by the Air Force, the Contractor shall submit photographic proof and references describing proposed subcontractor?s experience and ability to perform the work in question. These materials shall be used to evaluate the subcontractors? experience and ability to perform particular portions of this work. XI. Payment Monitoring Plan a. The Contractor will be paid as after completion of each portion/phase: design, fabrication and installation. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS REQUIREMENT. 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 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 ****SOLICITATION INCLUDES PREVIOUS (ADDITIONAL)INFORMATION*****
 
Place of Performance
Address: 1st Contracting Squadron, 74 Neely Ave, Langley AFB, VA
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01139474-W 20060913/060911220634 (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.