Sign Replacement
ID: FA441824Q0066Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, 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 Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install over 700 indoor signs at the Naval Nuclear Power Training Command (NNPTC) located in Goose Creek, South Carolina. The project involves replacing existing signage in compliance with the Statement of Work, which includes the removal of old signs, wall repairs, and the installation of new wall-mounted and overhead signs that meet specific design and accessibility standards, including braille features. This initiative is crucial for enhancing navigation and safety within the facility, ensuring compliance with federal regulations and standards. Interested vendors must submit their proposals by September 13, 2024, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or SSgt Mikel Sessions at mikel.sessions@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SoW) for the procurement and installation of new directional signage at the Naval Nuclear Power Training Command (NNPTC), Building 2400 Rickover Center, outlines specific requirements for signage to replace existing ones. The new signs will adhere to Chapter 4 Unified Facilities Criteria (UFC) and feature specified colors and materials, including tactile text and braille. The contractor is responsible for the removal of old signs, wall repairs, and the installation of various types of new signage, including wall-mounted room signs, directional signs, zone number signs, and stairwell identification signs, all to be mounted at a consistent height of 48 inches. Safety and security protocols are emphasized, as the building will remain occupied during the work. Therefore, any damage caused during construction will be the contractor's responsibility to repair. The project is to be conducted during regular working hours, and adherence to access requirements is mandated due to the controlled nature of the facility. This initiative reflects the government's commitment to maintaining updated and compliant signage within federal facilities while ensuring safety and aesthetic consistency.
    The Statement of Work (SoW) outlines the requirements for procuring and installing new directional signage at the Naval Nuclear Power Training Command (NNPTC), Building 2400 Rickover Center in Goose Creek, SC. The current signage will be replaced in compliance with Chapter 4 Unified Facilities Criteria (UFC). The project involves removing existing signs, repairing wall damage, and installing various types of new wall-mounted and overhead signs with specific dimensions, colors, and braille features. All work must adhere to strict safety practices and ocular discretion regarding sign placement and uniformity maintained by the Requirement Owner. The contractor must also perform all activities within designated hours, while occupying personnel are present, and must comply with controlled access security measures. This project showcases the government’s commitment to ensuring accessibility and improving navigation within its facilities, aligning with federal requirements and standards.
    The document provides a layout and specifications for signage within various laboratory facilities, including the Fluids Lab, Heat Exchanger Lab, and others within a federal facility. It identifies locations and dimensions for signs indicating the occupancy status of key rooms, such as "In Use" and "Vacant" for the Mothers Room (D-205), and details requirements for wall or overhead mounting. The configuration of labs suggests a focus on functionality for maintenance and operation, with numerous labs dedicated to mechanical support and equipment analysis. The document emphasizes the critical nature of clear signage for safety and operational efficiency, particularly in high-traffic areas like stairwells. Thorough attention to detail reflects the importance of compliance with safety protocols and effective navigation within government facilities. Overall, this document plays a key role in enhancing organizational structure through improved signage, vital for operational clarity in a government context.
    The document provides a detailed inventory of rooms, their uses, and corresponding mounted units in a military or governmental facility. It categorizes various laboratories, offices, and support spaces within the structure, differentiating between wall-mounted and overhead-mounted facilities. The list includes room numbers, names, hull numbers of associated ships, and the presence of mounted equipment, indicating the functionality of spaces intended for instructional and operational purposes. The structure comprises a systematic layout, with room details organized in tabular form, allowing easy reference for space allocation and resource planning. Emphasis is placed on educational and practical spaces such as labs for engineering, mechanical systems, and communication, highlighting the facility’s role in workforce training and support for military operations. This document functions within the context of government procurement, potentially serving as a component of RFPs, grants, or proposals aimed at updating facility infrastructure and equipment. The goal is to optimize operational effectiveness while adhering to governmental standards for military readiness and educational support.
    The 628th Contracting Squadron is requesting quotations for various types of wall-mounted signs as part of the NPTU Sign Replacement project (FA441824Q0066). Vendors are invited to submit their bids by 4:00 PM EST on September 20, 2024. The solicitation includes a total of seven distinct signage items with specified quantities, including room signs, directional signs, and identification signs, all detailed with their respective unit prices and quantities. The solicitation outlines necessary vendor information, including contact details, business size, warranty, and delivery terms. This Request for Quotation (RFQ) reflects the federal government's structured approach to procure goods and services, ensuring compliance with regulatory standards while fostering competitive bidding processes to achieve fair pricing and quality supplies for government facilities.
    The Unified Facilities Criteria (UFC) 3-120-01 provides comprehensive design standards for signage at military installations, applicable across all service branches. Established by the U.S. Army Corps of Engineers, Naval Facilities Engineering Command, and Air Force Civil Engineer Center, this document outlines guidelines for both interior and exterior signs to ensure visual consistency and effective wayfinding. Key goals include improving safety, reducing lifecycle costs, and enhancing public image through standardized graphics, fonts, and colors. The UFC emphasizes compliance with existing codes and standards, such as the Americans with Disabilities Act (ADA) and safety regulations. It delves into specifics regarding various sign types—installation identification, directional, traffic control, and building identification—detailing design requirements, acceptable materials, and construction practices. The criteria aim to minimize visual clutter while maximizing the signs' durability and reducing maintenance needs. As a living document, the UFC is subject to periodic updates and is essential to the planning and execution of military construction projects, ensuring effective communication within installations and a cohesive brand identity for each service branch.
    The document details solicitation number FA441824Q0066, which encompasses various clauses and regulations pertaining to federal contracts, particularly those related to the Department of Defense (DoD). It outlines clauses that govern contractor responsibilities regarding whistleblower rights, antiterrorism training, cybersecurity, unique item identification, and compliance with the Buy American Act. Noteworthy sections include requirements for unique item identifiers for items worth over $5,000, stipulations against certain telecommunications equipment, and mandates regarding supplier performance evaluation systems. The document emphasizes compliance with federal regulations concerning commercial products and services, ensuring contractors adhere to ethical standards and legal provisions, particularly surrounding child labor and foreign business operations. The structure contains a comprehensive list of clauses, some with specific stipulations and the latest revisions, demonstrating the intricate standards contractors must meet to engage in government contracting. Overall, this solicitation serves as a framework for potential contractors to understand their obligations and compliance measures necessary for successful procurement with the federal government.
    The document is a combined synopsis/solicitation for the replacement of over 700 indoor signs at Joint Base Charleston (JB CHS), South Carolina. It is a 100% Small Business Set-Aside under NAICS code 339950 (Sign Manufacturing), and the solicitation number is FA441824Q0066. The request for quotes (RFQ) requires detailed pricing and past performance submissions from interested offerors, who are encouraged to attend a site visit scheduled for September 4, 2024. Proposals must be submitted by September 13, 2024, and will be evaluated based on price and past performance ratings. Key components include: - A detailed list of required signs and quantities, - Submission instructions including registration in the System for Award Management, - Evaluation criteria, emphasizing price and relevant past performance, - An explanation of the award process which favors the lowest-priced offer with substantial confidence ratings. The summary underlines the necessity for qualified small businesses to participate and emphasizes compliance with government standards and timely submission processes. This solicitation reflects the federal government's efforts to engage small businesses in fulfilling service contracts, promoting economic growth, and ensuring competitive procurement practices.
    The document outlines the Q&A from a site visit regarding the sign replacement project at NPTU Building 2400. It addresses key specifications for the Wall Mounted Directional Signs, confirming they will include a rail/slat system and that vendors will provide design options for overhead signs. The document specifies that window slots for Wall Mounted Room Signs need a width of 1/16 inch. It also confirms that all stairwell identification signs must be removed and replaced according to the Statement of Work (SOW) and regulatory characteristics, and that any surfaces impacted will be adequately repaired as per the SOW. Moreover, all signs will include Grade 2 Braille in white against the background. This file serves as a vital resource for vendors responding to the request for proposals, ensuring clarity in requirements and compliance with established standards for signage.
    Lifecycle
    Title
    Type
    Sign Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    250th Anniversary Exhibit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Recruit Depot in Parris Island, South Carolina, is soliciting proposals for the design, fabrication, and installation of an interactive 250th Anniversary Exhibit at the Parris Island Museum. This procurement is a total small business set-aside, emphasizing the inclusion of service-disabled veteran-owned and women-owned enterprises, and seeks high-quality exhibit components such as 3D models and backlit panels. The selected contractor will be required to deliver all items within 180 days, with the total contract value determined by the awarded bid. Interested vendors must submit their proposals by September 24, 2024, at 2:00 PM (EDT), and can direct inquiries to Andrea Learn at andrea.n.learn.civ@usmc.mil or Randy L. Wentworth at randy.wentworth@usmc.mil.
    Life Safety Sign Installation at JT Myers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of life safety signs at the JT Myers Lock and Dam in Mount Vernon, Indiana. The contractor will be responsible for providing all necessary personnel, equipment, materials, and incidentals to install the signs, with a strong emphasis on safety and compliance with federal, state, and local regulations. This project is crucial for maintaining safety standards at the facility and is set aside exclusively for small businesses under NAICS Code 541990, with a contract award based on the lowest price. Quotes are due by September 20, 2024, and interested contractors are encouraged to attend a site visit on September 11, 2024, to assess project complexities. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.
    McAlpine Lock and Dam Life Safety Sign Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the McAlpine Lock and Dam Life Safety Sign Replacement project, which is set aside for small businesses. The contractor will be responsible for removing existing signs and installing new safety signs at designated locations, utilizing government-furnished signs while providing all necessary personnel, equipment, and materials. This project is crucial for enhancing safety measures at the McAlpine Locks and Dams, ensuring compliance with federal, state, and local regulations. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to arrange a site visit before the submission deadline. For further inquiries, vendors can contact Reginald Alexander at reginald.alexander@usace.army.mil or by phone at 502-315-6566.
    FY24 Ballistic Windows
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the procurement and installation of ballistic windows at Joint Base Charleston (JB CHS) in South Carolina. The project involves the removal and disposal of existing windows, followed by the supply and installation of UL 752 Level III ballistic, tempered, and one-way tinted windows at specific entry control points, namely Building 390 on the Air Base and Building 404 at the Naval Weapons Station. This initiative underscores the government's commitment to enhancing security measures at its facilities, ensuring compliance with safety and operational standards. Interested small businesses must submit their quotations by 10:00 AM EST on September 19, 2024, and can direct inquiries to A1C Carmen Kuhl at carmen.kuhl@us.af.mil or SSgt Megan Rowlett at megan.rowlett@us.af.mil.
    Combined Synopsis/Solicitation "Bee" Boat Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of a "BEE" boat at Joint Base Charleston, South Carolina. The procurement requires a contractor to provide comprehensive repair services for a 2004 Aluminum Chambered Boat, including the installation of new engines, fuel systems, and wiring, all in accordance with the Statement of Work and relevant safety standards. This project is critical for maintaining operational readiness and safety standards for naval operations, with a performance period of 90 calendar days following the award. Interested small businesses must submit their quotations by 2:00 PM EST on September 16, 2024, referencing RFQ number FA441824Q0086, and can contact Levi Mowrey or Brandy M. Stroud for further information.
    Z--NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at leeriley@fws.gov or call 404-679-4158.
    Waterway Sign Install at Meldahl Locks and Dam with an Option of Install at Greenup Locks and Dam.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the installation of waterway signs at Meldahl Locks and Dam, with an option for installation at Greenup Locks and Dam. The procurement involves structural steel and precast concrete work, which is crucial for enhancing navigational safety and operational efficiency in these waterways. The solicitation has undergone amendments, with the latest revision setting the closing date for submissions to 5:00 PM EST on September 18, 2024. Interested contractors can reach out to Travis Daugherty at travis.r.daugherty@usace.army.mil or by phone at 304-399-5228 for further details.
    628 CES ATSO (Ability To Survive and Operate) Yard Combined Synopsis and Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of construction materials at Joint Base Charleston, South Carolina, under the title "628 CES ATSO (Ability To Survive and Operate) Yard Combined Synopsis and Solicitation." The requirement includes various items such as 92 cubic yards of 4000 psi concrete, 500 cubic yards of graded aggregate base course, fill mixtures, silt fences, stakes, wire mesh, and plastic rebar chairs, all intended to support the Air Force Air Mobility Command's training structures. This procurement is crucial for the development of facilities that will host training and lodging for personnel during exercises, ensuring compliance with industry standards and federal procurement regulations. Interested small businesses must submit their offers electronically by 2:00 PM ET on September 17, 2024, and can direct inquiries to Lt Aaryn Scires or Morgan Thulin via the provided contact information.
    26 WPS Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the installation of sound transmission code (STC) 49 wooden doors with metal frames at 26 WPS on Nellis Air Force Base, Nevada. The project entails the removal of existing doors, installation of new doors, and ensuring compliance with specified sound transmission ratings, along with the installation of electronic locks and proper sealing. This procurement is crucial for enhancing facility security and sound insulation, with a total small business set-aside under NAICS code 238290. Interested vendors must submit their quotes electronically by September 24, 2024, following a mandatory site visit on September 16, 2024, and must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, contact SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil.
    CSFE ARTIFACTS & MUSEUM PIECE UPDATES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in San Diego, is seeking proposals for the CSFE Artifacts & Museum Piece Updates project, specifically targeting exhibit services at the Center for Seabees and Facilities Engineering (CSFE) in Port Hueneme, California. The contractor will be responsible for planning, designing, and fabricating exhibits that highlight the Navy’s construction and engineering history, with a focus on historical research, graphic design, and installation support. This opportunity is critical for enhancing educational and historical displays for military personnel and stakeholders, ensuring adherence to current museum standards. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or by phone at 619-556-5361.