Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

99 -- 99--WHHO Wayside and Wayfinding Pylons

Notice Date
11/1/2023 1:49:24 PM
 
Notice Type
Sources Sought
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
NCR REGIONAL CONTRACTING(30000) WASHINGTON DC 20242 USA
 
ZIP Code
20242
 
Solicitation Number
140P3024R0002
 
Response Due
11/14/2023 1:00:00 PM
 
Archive Date
12/01/2023
 
Point of Contact
Fromm, Lisa, Phone: 0000000000
 
E-Mail Address
lisa_fromm@nps.gov
(lisa_fromm@nps.gov)
 
Description
Solicitation Number: Notice Type: 140P3024R0002 Sources Sought PSC Code: NAICS Code: 9905 339950 Synopsis: The National Park Service (NPS) National Capital Region (NCR) is conducting a market survey/source sought to help determine the availability and technical capability of qualified sources, particularly small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and Historically Underutilized Business Zone small businesses capable of providing the requirement below. This announcement is not a request for proposals, and the Government is not committed to issue a solicitation or award a contract pursuant to this announcement or based on responses to this announcement. Information received from this market research is only for planning purposes and will assist the Government in its acquisition strategy. As such, the Government will not entertain questions concerning this synopsis, and will not pay any costs incurred in the preparation of information for responding to this market survey or the Government�s use of the information. Proprietary information must be clearly identified as proprietary information. The Government will not provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. NCR has a requirement for The White House and President's Park that requires updates to existing waysides and installation of new wayfinding pylons and park identity signage to improve visitor services in the park. Sign installation shall occur in downtown Washington, DC. The North American Industry Classification System (NAICS) code is 339950 and the size standards and number of employees is 500. Requirements: 1. The contractor shall develop shop drawings based on this preliminary information from the Government to be reviewed and approved by the Government. Coordinate final location of all installations with the Government prior to installation. a. Install Wayfinding Pylons in President�s Park South i. Fabricate and install 2 new PG001 pylons ii. Fabricate and install 3 new PG002 pylons iii. Fabricate 1 new tiles and install the tile on 1 existing pylon on E Street iv. Repair 15th and E Street pylon damage b. Fabricate and install Wayfinding Pylon on Pennsylvania Avenue near the White House Visitor Center i. Fabricate and install 1 new PG002 pylon c. All signage for this contract shall meet all appropriate NPS standards: i. The Wayfinding system shall adhere to the NAMA Wayfinding system guidelines found in the National Mall and Memorial Parks signage guidelines (attached). d. The contractor shall be responsible for mobilization, providing all labor, equipment, and materials necessary to perform the work of this SOW. 2. Production a. No markers, manufacturers, vendors or contractors, etc., stamps, medallions, markings, or engravings shall be placed or affixed to the exhibits. b. Proposed substitution of materials or modification of any element shall be submitted for COR review and approval prior to fabrication. c. The government will have the option to perform an inspection at the contractor�s facility upon the completion of fabrication of the exhibits. d. The contractor shall warranty all parts and labor for a period of one year from the date of acceptance of delivery of the exhibits and shall replace, without cost to the government, any part that fail due to manufacturing or materials defect during the warranty period. All costs of transportation of the exhibits for repair covered by the warranty will be at the expense of the contractor. 3. Access: The park areas are open to the public but within the area of operations of the United States Secret Service (USSS). The Contractor shall comply with all security requirements of the United States Secret Service (USSS). All personnel entering the Ellipse or other areas of the Park with a vehicle shall provide personal photo identification (i.e., driver's license) upon entering the project area. a. The Contractor shall designate an individual to manage vehicle access and serve as a single point of contact with the Government team. Contractor shall prepare an Excel spreadsheet listing of all such vehicles indicating company name, state of license plate, license plate, year of vehicle, manufacturer of vehicle, manufacturer model name, color of vehicle, and the driver�s full name. The Government will provide a template Excel file for insertion of data by the Contractor. Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm�s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government�s review of the industry�s ability to perform or provide these requirements. In addition to capability statements, firms must include this information in their responses: (1) Organization name, address, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number. (2) Size and type of ownership/or company structure and socioeconomic designation for the organization [i.e. small business, small disadvantaged business, 8(a), etc.]. (3) Vendor�s business experience. (4) NAICS code you operate under for this type of service. State if/if not registered in System for Award Management (SAM). Vendors must send written responses by 11/9/2020 to Dianna Durbin, Contract Specialist at dianna_durbin@nps.gov. NO TELEPHONE CALLS PLEASE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0deef71362b649539ff8bbec1e2b2285/view)
 
Record
SN06874048-F 20231103/231101230100 (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.