9905--PERRY POINT OUTDOOR SIGNAGE "IAW STATEMENT OF WORK" MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.
ID: 36C24524Q0896Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 5, is soliciting quotations for the provision and installation of outdoor signage at the Perry Point VA Medical Center. The project involves creating three custom high-pressure laminate exterior plaques designed to enhance wayfinding for patients, visitors, and staff, while also highlighting local wildlife and therapeutic outdoor spaces. This initiative underscores the VA's commitment to improving navigation and accessibility within its facilities, particularly for veterans with mobility challenges. Interested small businesses must submit their quotes by 12:00 PM EST on September 10, 2024, and can direct inquiries to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    (202) 745-8000
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The document outlines a government solicitation for the provision and installation of outdoor signage at the Perry Point VA Medical Center, specifically related to walking paths. It identifies the procurement process, key timelines, and requirements for bidders, including submission due date of September 10, 2024, and emphasizes the need for bidders to be authorized distributors of Original Equipment Manufacturer (OEM) products. The main deliverables include three permanent signs with specific dimensions and design criteria, detailing walking paths and local wildlife. Installation must occur within 30 days of sign arrival, adhering to certain standards for durability against environmental factors. The document also specifies that payment will be made electronically, following the submission of invoices. Overall, this solicitation is part of the U.S. Department of Veterans Affairs' commitment to enhancing facility infrastructure and ensuring compliance with applicable regulations. The clear structure of the document aids potential contractors in understanding bidding requirements, thereby facilitating a competitive procurement process focused on delivering quality services aligned with government standards.
    The document outlines a Request for Proposal (RFP) for outdoor signage at the Perry Point VA Medical Center. The proposed signage consists of three custom high-pressure laminate exterior plaques measuring 24 inches by 48 inches, positioned at a 45-degree angle to mark walking paths and highlight local wildlife. The contract is defined as firm-fixed price, with a principal North American Industry Classification System (NAICS) code of 339950 for sign manufacturing. The sign delivery is scheduled within 60 days after receipt of order. The shipping will be directed to the VA Medical Center's warehouse, with the recipient marked as Matthew Funke. The document specifies comprehensive services, including design coordination and installation, crucial for ensuring the effective implementation of the signage project, reflecting the VA's commitment to enhancing navigation and awareness within its facilities.
    The Statement of Work (SOW) outlines the requirements for installing three walking path signs at the Perry Point Veterans Affairs Medical Center (VAMC). The signs will feature maps indicating walking paths andassociated wildlife, as well as a labyrinth marking distances. Each sign must comply with specific dimensions (between 2ft x 2ft and 4ft x 6ft), undergo permanent installation within 30 days of arrival, and be able to withstand wind speeds of up to 70 MPH. Additionally, the sign design must adhere to the U.S. Department of Veterans Affairs' signage standards and include high-pressure laminate exterior for durability. The VA will provide the necessary text for the signs, while the contractor must submit design drawings for approval prior to manufacturing. Importantly, the signs will exclude Perryville Community Park from the trail maps and no new building structures are to be added to the map layout. This project highlights the VA’s commitment to enhancing accessible outdoor facilities for veterans while ensuring compliance with rigorous regulations.
    The document outlines the "Buy American—Supplies" clause, emphasizing a preference for domestic end products in federal supply acquisitions. It defines key terms such as "Commercially available off-the-shelf (COTS) items," "components," and "domestic end products," providing criteria for determining the domestic origin of materials. The clause sets specific thresholds: for end products primarily made of materials other than iron or steel, a minimum of 60% of the components must be sourced domestically, increasing to 65% and 75% for deliveries from 2024 to 2029 and beyond, respectively. For products predominantly made of iron or steel, less than 5% of the components can be of foreign origin. The goal is to encourage purchasing from U.S. suppliers to bolster the domestic economy while allowing certain exemptions, particularly for COTS items. Contractors must deliver domestic products unless they specify foreign items in solicitation documents. The document serves as a guideline for RFPs, grants, and contracts, reinforcing the federal commitment to supporting domestic manufacturing and supply chains while outlining compliance requirements for contractors.
    The "Buy American Certificate" provision outlines the compliance requirements for Offerors participating in federal procurements regarding domestic and foreign end products. The Offeror must certify that each end product is domestic unless specifically listed as foreign, with an additional obligation to note foreign products' domestic content levels if they do not consist predominantly of iron or steel. The document delineates key terms such as “commercially available off-the-shelf (COTS) item,” “critical component,” and various categories of products. It requires the Offeror to provide line item numbers for domestic products containing critical components and to list foreign products along with their countries of origin and domestic content status. Ultimately, offers will be evaluated based on the policies in part 25 of the Federal Acquisition Regulation, ensuring adherence to the Buy American Act's intent to promote U.S.-made goods in federal contracting processes.
    The Perry Point VAMC Walking Path Request outlines the desired specifications for signage along its walking path. The signage is intended to serve a dual purpose: one half should feature a map, while the other half must include informative content about local nature and wildlife. The document allows for creative interpretations of this requirement, suggesting options such as a simple 50/50 split or more intricate designs exemplified in provided samples. The inclusion of both a map and a nature statement is mandatory, emphasizing the importance of educating visitors about their surroundings. This request aligns with broader initiatives for enhancing visitor experiences at federal facilities, highlighting the integration of wayfinding and educational content in public spaces.
    The document addresses the placement of nature path signs at the Perry Point Veterans Affairs Medical Center (VAMC). Its primary objective is to improve wayfinding for patients, visitors, and staff navigating the facility's outdoor environments. Key elements include outlining the proposed locations for the signs, which aim to guide individuals through natural areas while highlighting the therapeutic and recreational value of these spaces. The project also emphasizes compliance with federal guidelines regarding accessibility and environmental considerations. Supporting details indicate the necessity of these signs for enhancing the overall experience at the VAMC, particularly for those with mobility challenges. This initiative reflects the government's commitment to veterans' wellbeing by promoting outdoor activities and improving navigation within the facility, ensuring that the environment is both welcoming and functional for all users.
    Similar Opportunities
    7220--PM&R/Prosthetics Flooring Phase 1 RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quotation (RFQ) for the procurement and installation of luxury vinyl tile (LVT) flooring at the Baltimore VA Medical Center. The project entails the supply of 1,764.41 square feet of LVT, base materials, and the removal of existing damaged carpet, with installation required in various areas such as waiting rooms and offices by December 31, 2024. This initiative is part of the VA's commitment to enhancing healthcare environments for veterans, ensuring compliance with performance, durability, and environmental standards. Interested vendors should submit their quotes electronically to Contract Specialist Michael Jones at michael.jones16@va.gov by September 19, 2024, at 10:00 AM EST, and must adhere to wage determinations outlined in the Service Contract Act.
    N071--Extend questions and quote due dates | ELP Furniture Install, storage & moving
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation, storage, and moving of furniture under Solicitation Number 36C25724Q0976, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The project encompasses a base period plus four optional years, with a significant contract value of approximately $36.5 million, aimed at enhancing functionality within Veteran healthcare facilities. Interested contractors must demonstrate experience with multi-manufacturer systems furniture and provide trained personnel, tools, and transportation for the required services. The deadline for submitting quotes is now set for October 10, 2024, at 12 PM Central Time, with inquiries directed to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    A1 - S201--RFQ - Window Washing Services for Medical Center Houston
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for bi-annual window washing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement, designated as RFQ 36C25624Q1483, is specifically set aside for Veteran-Owned Small Businesses (VOSB) and requires contractors to be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The contract involves cleaning approximately 10,050 exterior windows of a six-story building, adhering to safety and operational standards, with a firm-fixed price agreement expected to commence on October 1, 2024, and options to extend for up to four additional years. Interested vendors must submit their quotes by September 24, 2024, and may schedule a technical site visit on September 18, 2024, by contacting Shasta Britt at shasta.britt@va.gov or 713-794-8609.
    Q702--El Paso Health Care Center Design Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking design support services for the El Paso Health Care Center, aimed at ensuring the facility is fully operational prior to the commencement of clinical services expected between late 2028 and mid-2029. The procurement includes project management, interior design, and planning for furniture, fixtures, and equipment (FF&E), with a total award amount cap of $20 million and a contract period from December 1, 2024, to November 30, 2025. This initiative is crucial for enhancing healthcare services for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran enterprises. Interested contractors should contact Michele M Laser at michele.laser@va.gov for further details and to ensure compliance with federal regulations throughout the bidding process.
    S214--Flooring - Freedom, Liberty & Welcome Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the flooring installation at the Freedom, Liberty & Welcome Center. This procurement involves providing flooring services, specifically under the NAICS code 238330, which pertains to Flooring Contractors, and the PSC code S214, related to housekeeping and carpet laying/cleaning. The flooring services are crucial for maintaining the facility's operational standards and enhancing the environment for veterans and visitors. Interested contractors should note that the due date for the Request for Quotation (RFQ) has been extended to September 23rd at 5:00 PM EST. For further inquiries, potential bidders can contact Contract Specialist Jennifer A. Johnson at Jennifer.Johnson18@va.gov.
    S222--Waste Removal Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide waste removal services at the Perry Point VA Medical Center in Maryland, as outlined in a Sources Sought Notice. The procurement aims to identify capable vendors who can deliver comprehensive waste management solutions, including the collection, transportation, and disposal of solid waste, recyclables, and organic waste, while ensuring compliance with all relevant regulations. This service is critical for maintaining the facility's cleanliness and operational efficiency, particularly in providing timely back-up services for the VA's front-end loader truck. Interested parties must submit their capability statements via email to Contract Specialist Tracy Dotson at tracy.dotson@va.gov by September 20, 2024, at 3:00 p.m. (Eastern Standard Time).
    DA10--Home Health Orders Management System (Brand Name or Equal) Q and A
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for a Home Health Orders Management System through solicitation number 36C25924Q0817, aimed at replacing inefficient paper-based workflows with a comprehensive web-based solution. The procurement requires a system that allows healthcare providers to manage clinical documents efficiently, ensuring compliance with salient specifications such as FedRAMP certification and the capability to handle sensitive patient information securely without local installation. This initiative is crucial for enhancing care delivery for veterans, emphasizing the VA's commitment to innovation in healthcare management. Interested vendors must submit their quotes via email to Jonathan Saiz at jonathan.saiz@va.gov by 3:00 PM MST on September 19, 2024, with a focus on technical quality and price evaluation.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    6515--Patient Ceiling Lifts - Bedford VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of patient ceiling lifts for the Bedford VA Medical Center, specifically under solicitation number 36C24124Q0564. The project requires the installation of ceiling lifts that operate on a continuous track within individual rooms, supporting a minimum weight capacity of 600 pounds, and includes provisions for staff training and compliance with health standards. This procurement is crucial for enhancing patient care facilities and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with responses due by September 23, 2024, at 12:00 PM Eastern Time. Interested vendors can direct inquiries to Contract Specialist Kurt Fritz at kurt.fritz@va.gov or by phone at 203-932-5711.