Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
DOCUMENT

99 -- Parking Lot Identification Banners - Attachment

Notice Date
5/5/2017
 
Notice Type
Attachment
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24117Q0314
 
Response Due
5/12/2017
 
Archive Date
7/11/2017
 
Point of Contact
John D. Harris at 802-295-9363 X5175
 
E-Mail Address
john.harris405@va.gov
(john.harris405@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Page 5 of 5 STATEMENT OF WORK VAMC Manchester, New Hampshire Parking Lot Banners BACKGROUND Manchester, NH VA require sparking lot banners to improve wayfinding for veterans. SCOPE OF WORK The selected contractor will be required to conduct an onsite review of areas and verification of measurements and quantities of banners. The selected contractor will be required to work with VA Manchester to design custom parking lot banners artwork. The selected contractor will be required to purchase/receive delivery and assemble, installed in place parking lot banners with all required hardware. Awarded contractor shall include removal of all related shipping debris and construction cleanup associated with installation for all window installation areas for the Medical Center. The timeframe for delivery receipt shall be no later than 19 weeks following award of contract and mutually agreed on by the COR/Interior Designer. The Contractor shall submit a schedule for approval. Refer to attached plans for further details on quantity and sizes. Contractor will be required to submit a safety plan for review and approval with VA Manchester safety officer. QTY 32 Parking lot location identifier banners. Banners to be printed on both sides made of vinyl with wind slits precut into banners. Size 30x60, 25 designs See Attachment 1 for conceptual examples of banners. Qty 32 ICARE VA promotional banners to be printed on both sides with wind slits precut into the vinyl size 30x60 minimum 5 designs Shall be a minimum of 15 oz heavy duty vinyl material Full color digital custom printed Custom design on both sides of the banner Banner shall be water resistant to prevent mold growth Banner shall be UV resistant to protect against fading Banner shall have wind slits to resist tearing and Fly Away Banner shall be made in the USA Banners shall have channels sewn into the top and bottom to allow for mounting on hardware Banners shall have a blackout background to prevent the image on the other side from bleeding through in direct sunlight Banners shall have reinforces seams and edges Qty 32 Double hung banner hardware Adjustable Double Banner 30" Standard length arm 80 MPH wind load Rust proof cast aluminum alloy Dovetail design utilizes one "Sure-Lock" tensioning bolt Mounts to any shape pole or surface with bands or lag bolts Reinforced tieback hole End caps to prevent fly away Shall have a minimum 5 year warranty Qty 1 Installation, Project Management and Design Examine substrate and conditions for installation. Do not commence installation until conditions are satisfactory. Commencement of installation indicates acceptance of site conditions by Contractor. Notify the Interior Designer/COR upon inspection when the project conditions are unacceptable for shade installation. Field verify all mounting locations. Provide recommendations as needed. Install units to comply with the Manufacturer's instructions for the type of mounting and operation required. Provide units plumb, true, and securely anchored in place with recommended hardware and accessories to provide smooth operation without binding. Install units within the following tolerances: Maximum variation of gap at window opening perimeter: ¼ Maximum offset from level: 1/16 Contractor shall provide safety plan and fall protection plan to safety officer for review and approval before installation. Contractor shall be responsible for design and generation of custom graphic artwork for all banners PRODUCTS BEING QUOTED ARE THE REQUESTED BRAND NAME, OR FAILURE TO SUPPLY PRODUCTS SPECIFICATIONS AND INFORMATIONAL LITERATURE SHALL CONSTITUTE A NON-RESPONSIVE BID AND WILL NOT BE FURTHER EVALUATED FOR AWARD. Must submit a sample to the Manchester VA Medical Center for final review within 1 week sample must be available to stay at facility for examination and approval by COR and VA Interior Designer. SUBMITTALS Product Data: Manufacturer s product data sheets, performance data, and installation instructions for each item to be used. Shop Drawings: Fabricator to submit plans, elevations, sections, product details, installation details, operational clearances, wiring diagrams and relationship to adjacent work Head, Jamb and sill details as necessary to coordinate work with surrounding conditions and construction. Samples: Selection samples If Submitting an OR EQUAL: 3 X 5 fabric swatches for initial fabric color selection from manufacturer s full range of available fabrics if providing an or equal submission Standard aluminum finish color samples from manufacturer s range of standard colors. Design Data, Test Reports, and Certificates: Current reports from independent testing laboratories demonstrating compliance with article 1.2. Manufacturers Instructions: Manufacturer s standard installation instructions. QUALITY ASSURANCE Qualifications: 1. Manufacturer: 10 years minimum experience manufacturing products comparable to those specified in this section. 2. Installer: 5 years minimum experience installing products comparable to those specified in this section within Healthcare Facilities. 3. Field Samples: Install large size sample of selected fabric for final verification of color, weave and density, in opening as directed by design professional if submitting an OR EQUAL 4. Do not fabricate banners without obtaining field dimensions. Coordinate construction of surrounding conditions to allow for timely field dimension verification. DELIVERY, STORAGE AND HANDLING Delivery and Installation: All areas are occupied and every attempt to pre schedule installation around staff schedules will be made by the Interior Designer. Parking spaces can be blocked of the night before installation to allow lift equipment access to the poles. Storage and Protection: Deliver banners to project in labeled protective packaging. Uniquely labeled to identify each shade for each opening. Schedule delivery to prevent delays to completion of work but to minimize on site storage time. Store materials in a dry secure place. Protect from weather, surface contaminants, corrosion, construction traffic, and all other potential damage. On site staging area will be determined at time of install. Contractor shall provide VA Manchester with a safety plan and a Fall protection plan for approval with the Safety Officer. PRODUCT WARRANTY Warranty: 1. Manual Operating Components: Warranty period to be 5 years for fabric components and 10 years for hardware from Date of Substantial Completion and contain provisions that installation is to remain operational without fault for the warranty period and include all operating parts, including shadecloth, except for the bead chain which is not covered by the warranty and is deemed to be a maintenance / service item. 2. In the event of a warranted product failure, the Shade Contractor will, at no cost to owner, facilitate acquisition and delivery of all necessary components to the owner. 3. At project closeout, provide to the owner or owners representative a copy of the manufacturer's document outlining the terms and conditions of their limited warranty against manufacturing defect. Period of Performance 2 weeks after award Site visit and field measurements completed 3 Weeks after award all final artwork and paper mock ups to be approved for manufacturing 6 weeks after award delivery and installation start 8 weeks after award to complete installation and punch list Contract completed Aug 2015 Operational Hours Facility will be available for installation between the hours of 0830 and 1600 M-F, excluding Federal Holidays. After hours work to be completed M-F 4:30-10:00 or a pre-arranged Saturday 8-4:30 Parking spaces can be blocked of the night before installation to allow lift equipment access to the poles. Contractor Furnished Items and Responsibilities The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Performance Work Statement to include the window shades, fascias, and all necessary hardware. Security Requirements 1. Installation passes. The contractor will coordinate for the issuance of required installation passes to contractor personnel. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 2. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. 3. Company will return all issued US Government installation badges and passes at the end of each day. Badges can be signed in and signed out in Building 6 room 16. 4. In addition to the changes otherwise authorized by the changes clause of this contract, should the security condition change at any facility, the Government may require changes in contractor security requirements. NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and with occasional supervision of VA COTR. The tasks, duties, and responsibilities set forth in the SOW may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations. NC01 Contracting POC is John D. Harris at 802-295-9363 x5175.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24117Q0314/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0314 VA241-17-Q-0314_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3475761&FileName=VA241-17-Q-0314-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3475761&FileName=VA241-17-Q-0314-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04497659-W 20170507/170505234226-38103d7146db5477ce1eeb3addbccf7f (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.