Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2023 SAM #7915
SOLICITATION NOTICE

99 -- Signage and Installation

Notice Date
7/28/2023 6:59:29 AM
 
Notice Type
Presolicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24923Q0336
 
Response Due
8/18/2023 6:00:00 AM
 
Archive Date
11/25/2023
 
Point of Contact
Phon Phasavath, Contract Specialist, Phone: 615-225-3416
 
E-Mail Address
Phon.phasavath@va.gov
(Phon.phasavath@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Statement Of Work New Signage/Wayfinding Interior Signage Campus Wide Lt. Col. Luke Weathers, Jr. Medical Center 1030 Jefferson Ave Memphis, TN 38104 Introduction/Project Overviews Lt. Col. Luke Weathers, Jr. Medical Center is soliciting bids for new signage/wayfinding for the interior main campus. Square footage is defined below: Existing - Main Campus is approximately 1.2 million square feet. Scope: This statement of work is written as an outline of goods and services to be provided by proposed selected vendor for the actual signage and wayfinding project here at the Memphis VA. Vendors offering proposal will include before and after renderings illustrating and depicting new interior signage, mapping, directional queuing, and any additional wayfinding techniques that are deemed needed or useful. Proposed ideas for new signage for overhead display and walls to be included. Selection of Vendor: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Delivery Date Price SDVOSB Status Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical-As spelled out in this Statement of Work Delivery Date-Most advantages to the Government Price- See Statement of Work section 3. A Completed price Schedule of the high lighted ColumS (O,AE,AF,AN,CE,CF) on SIGNAGE 36C24923Q0336 LineItems Spreadsheet. SDVOSB Status-Proof of Certified Service-Disabled Veteran Owned Small Business Status in Veteran Small Business Certification (sba.gov) Presentations by proposed vendors should include examples of: Area - Main Campus Facility at 1030 Jefferson Ave: Proposed site plan showing location of primary and secondary signs and wayfinding with locations depicting material type and style. DELIVERY AND INSTALLATION Prior to beginning work, the Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancies in the contract specifications before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of work to the building structure and phasing and ensure the safety of contractor and employees. The vendor shall coordinate the scheduling of delivery and installation with the VA COR. The VA anticipates delivery and installation no later than 6 -8 weeks from contract award. The vendor shall receive and hold all products until the time of installation. Contractor is responsible for all storage cost. Contractor will remove existing signs that are mounted. Contractor will provide and mount new signs to walls. Installation shall occur Monday-Friday between the hours of 8:00 AM 4:30 PM, unless otherwise coordinated with the COR. Multiple installations may be required. Vendor upon award of the contract with the base signage/ wayfinding project being competed by selected vendor within a 10-12 week period. Submission of Quote: Documentation shall include brochures for proposed signage illustrating dimensions, pictures and materials. Quotes shall include product warranty information. Quotes shall include 2 and 3-D drawings depicting (typical). VA designer shall confirm finishes with awarded vendor during post award conference. Quotes shall separate product costs from installation costs. (Product costs may be listed as one LOT of signage; installation costs may be listed as one JOB.) All quotes shall include a complete listing of all products/parts intended for the project. Teaming arrangements are permitted. However, note the following: All quotes MUST include signed documentation from ALL vendors involved in a teaming arrangement, indicating each vendor s agreement to participating in the teaming arrangement. Quotes submitted without this documentation WILL NOT be considered for award. This solicitation is a 100% SDVOSB; therefore, the awarded vendor MUST be a SDVOSB. The vendor who assumes the lead for the teaming arrangement MUST be a SDVOSB. In addition to identifying open market items, the vendor s quote MUST identify which items, if any, are from large businesses participating in the teaming arrangement. This includes products as well as installation charges. The Contracting Officer reserves the right to determine whether a vendor s mix of products/services from small vs. large businesses is acceptable. SITE SURVEY: A Mandatory site survey during solicitation is required for all interested contractors. Interested contractors to attend in order to understand the magnitude of the contract. Interested contractors must contact COR Brittney Lowe at (901) 523-8990 ext. 5016 or Brittney.lowe@va.gov to register. Site survey will be at 10:00 CST on 08/10/2023. WORK REQUIREMENTS Tasks to be accomplished - The awarded vendor shall: Provide a Certificate of Liability Insurance to the Contracting Officer prior to beginning of contract execution; Attend mandatory post-award site visit to confirm quantity and measurements; Secure VA Badge and security clearance for all contractors, scheduled through Engineering Office Leave all work areas in clean and orderly condition. SUPPORTING INFORMATION Period of Performance - The contractor shall perform all work during normal business hours (Monday-Friday, 8:00 AM 4:30 PM), unless otherwise stipulated by the COR. The contractor shall coordinate installation with the COR. The contractor shall allow for some flexibility in completing installation. Special Considerations Contractor Furnished Materials. This term refers to all labor, materials, and equipment to perform the job. When ""furnish,"" ""provide,"" ""install,"" or a similar term is used, it shall mean complete installation, ready for use. Government furnished materials and services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. Qualifications of Key Personnel. The Contractor's employees shall be knowledgeable of standards associated with this type work. The Contractor shall include a list of references (including name, addresses, telephone numbers, and email addresses) with its response to the solicitation. Supervision/Communications. The Contractor shall identify an on-site Superintendent for the project who is authorized to make decisions on behalf of the Contractor at the job site. The Superintendent shall be available to the COR via cellular phone throughout the period of performance. If the Contractor's Superintendent is absent from the job site for an extended period of time, the COR may direct contractor/subcontractor employees to cease work until such time that the Superintendent returns to the job site. Security Requirements. The Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the VAMC. All Contractor employees and sub-contractors shall acquire the appropriate VAMC contractor ID badge prior to beginning any work on this project. Contractor employees and subcontractors shall wear their VAMC-issued ID badges at all times while onsite at the VAMC. This requirement does not apply to suppliers and delivery personnel making deliveries to the VAMC warehouse dock only. The Contracting Officer's Representative (COR) is responsible for the inspection of the work required by this job. The COR will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. Smoking Policy. The Contractor shall not allow smoking in any building. Smoking is only permitted in designated outdoor areas, 25 feet away from buildings. Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR; if parking on grass is required, the Contractor agrees to restore those areas back to VAMC standards. Drivers should be particularly concerned with pedestrian traffic on the VAMC campus. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls shall be observed by operators at all times. Seat belt use is mandatory on the VAMC grounds.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b95089d27ec94c60bb455b1a7f34b64c/view)
 
Place of Performance
Address: Department of Veterans Affairs Memphis VA Medical Center 1030 Jefferson Avenue, Memphis, TN 38174, USA
Zip Code: 38174
Country: USA
 
Record
SN06768769-F 20230730/230728230052 (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.