FA8601-Complex Interior Signage-Bldg556
ID: FA8601-ComplexInteriorSignage-Bldg556Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, 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 proposals for a firm-fixed-price contract to design and install complex interior signage at Facility 20556, located at Wright-Patterson Air Force Base in Ohio. The project aims to enhance workspace functionality and ensure compliance with federal standards, including ADA accessibility and safety regulations, by providing various signage solutions such as utility markers, room identifiers, and emergency notifications. Proposals must be submitted electronically by September 9, 2024, at 4:00 PM EDT, and should include detailed technical and pricing information, with evaluations based on technical capability and price. Interested contractors can contact Amy Gibson-Ferri or Jessica Stamper via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a furniture installation project at Wright-Patterson Air Force Base, aiming to enhance workspace functionality across multiple floors of Facility 20553. Contractors are expected to deliver all necessary supervision, labor, materials, and installations while adhering to government standards, including ADA accessibility and safety regulations. Key responsibilities include validating site conditions, managing logistics, providing comprehensive design services, and ensuring compliance with federal and local laws. Each component, particularly interior signage, must meet specific design criteria, including tactile readability and compliance with the Architectural Barriers Act. The contractor must also maintain a timeline for project completion, perform thorough inspections, and establish a clear communication line with the Air Force representatives. All work must comply with site-specific protocols, including gate entry requirements and environmental safety measures. This SOW serves as a critical framework to guide the contracting process, ensuring successful project execution aligned with government objectives.
    The "Statement of Work - Furniture Package" for Wright-Patterson Air Force Base outlines requirements for a project involving the provision and installation of interior signage and furniture. The selected contractor is responsible for all aspects, including project supervision, labor, materials, installation, storage, and compliance with federal and military standards. Key deliverables include AutoCAD designs, itemized quotes, and specifications for various signage types, adhering to accessibility laws. The document emphasizes project management, coordination with design specialists, and compliance with safety and environmental protocols. Additionally, the contractor must provide personnel with appropriate credentials, follow entry protocols at the base, and achieve project completion within 120 days after the contract award. Overall, this SOW reflects the government’s commitment to ensuring high-quality furnishings while maintaining adherence to operational standards and regulations.
    The document outlines a request for proposals (RFP) related to the design and installation of various signage solutions for Building 553. The signs include utility markers, room identifiers, directional indicators, and emergency notifications with specific dimensions and features such as tactile and braille text for accessibility. Each category specifies quantities and related materials, indicating a focus on safety, navigation, and regulatory compliance for public buildings. The document emphasizes the requirement for changeable tiles, enabling updates to information without complete signage replacement. Overall, it demonstrates a commitment to creating an inclusive environment that meets federal standards for accessibility in public spaces while facilitating effective communication and emergency management in the facility.
    The document outlines the interior signage specifications for Wright-Patterson Air Force Base, emphasizing compliance with the GSA Signage Standards and the Architectural Barriers Act. It details various sign types including utility, room IDs, conference room indicators, restroom signs, stairwell life-safety notices, and directional signs, along with their dimensions, materials, and mounting instructions. Each sign type is designed to include tactile and braille elements to enhance accessibility. The document mandates the use of a standard font (Helvetica Neue 55 Roman), specific color finishes, and guidelines for installation to ensure visibility and compliance with safety regulations, including the ADA. The detailed cutsheet indicates the quantity needed for each sign type, proposing a comprehensive approach to navigational support within the facility while maintaining aesthetic and regulatory standards. Overall, it reflects the Air Force's commitment to creating an inclusive environment through clear and accessible wayfinding systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
    WPAFB Gate Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force at Wright Patterson Air Force Base (WPAFB), is seeking qualified contractors for the WPAFB Gate Cameras project, which aims to enhance security at entry control facilities through the installation of advanced surveillance systems. The project requires the design, acquisition, installation, integration, testing, and delivery of a compliant alarm and assessment system, including a Video Storage System (VSS) that captures pre- and post-alarm video footage to aid in incident analysis. This initiative is critical for improving access security for personnel and vehicles while ensuring compliance with Defense Department guidelines and enhancing operational efficiency. Interested parties must submit their proposals by September 18, 2024, and can direct inquiries to primary contact Chaston Waller at chaston.waller@us.af.mil or secondary contact Ljuan Benbow at ljuan.benbow.1@us.af.mil.
    Digital Marquee (Electronic Display Sign)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Digital Marquee (Electronic Display Sign) to be installed at Mountain Home Air Force Base in Idaho. The project requires a double-sided, outdoor-compatible marquee with full-color display capabilities, remote software updating features, and a minimum five-year warranty, with installation responsibilities including concrete pouring and operational training for personnel. This procurement is a total small business set-aside, emphasizing the government's commitment to promoting small business participation, and quotes are due by September 17, 2024, with all inquiries directed to the primary contact, Dan Parks, at daniel.parks.2@us.af.mil or 208-828-3103.
    Contruction of AIMR-2C Addition at Wright Patterson Airforce Base Ohio
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the construction of a two-story, 6,000 square feet addition at Wright Patterson Air Force Base in Ohio, as part of the Artificial Intelligence & Machine Research Center Capability (AIMR-2C) project. This opportunity includes necessary repairs to the existing facility, including HVAC, life safety systems, plumbing, and utility alterations, with a contract duration estimated at 720 calendar days and a projected cost range between $5 million and $10 million. Interested contractors, particularly those classified as Certified Small Businesses, 8(a), HUBZone, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their qualifications and relevant project experience by September 24, 2024, at 10:00 A.M. Eastern Standard Time to Matthew R. Lindsay at Matthew.R.Lindsay@usace.army.mil.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    Solicitation FA449724R0018
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for architectural and engineering services to provide 35% design for the repair of transformers and lighting at Dover Air Force Base in Delaware. The project aims to enhance the operational efficiency and safety of the main aircraft parking apron by upgrading existing electrical systems and lighting, adhering to various Air Force design guidelines and safety regulations. This procurement is categorized as an 8(a) set-aside for SBA-certified firms, with an estimated contract value between $100,000 and $250,000, and proposals must be submitted electronically by September 17, 2024, at 2:00 PM EST. Interested parties can contact Victoria Barra at victoria.barra@us.af.mil or Carl Zahn at carl.zahn.3@us.af.mil for further information.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.
    Wall Graphics and Painting
    Active
    Dept Of Defense
    The Department of Defense, specifically the Wisconsin Air National Guard, is seeking qualified contractors for a project titled "Wall Graphics and Painting" at the Wisconsin Joint Force Headquarters and the 115th Fighter Wing in Madison, WI. The project aims to enhance branding and heritage through the design and non-destructive installation of various elements, including vinyl wall coverings, dimensional signage, metal die-cut aircraft, acrylic displays, and painting across multiple buildings. This initiative is crucial for fostering a distinguished environment that reflects the aviation heritage of the National Guard. Interested parties must submit their quotes by September 24, 2024, and direct any inquiries to Joshua King at 115.FW.FW-Contracting.Org@us.af.mil. Note that funding is not currently available, and contract awards will depend on the availability of appropriated funds.
    Stand-alone Paint Booth and Mixing Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement and installation of a stand-alone paint booth and mixing booth at the Youngstown Air Reserve Station in Vienna, Ohio. The project includes the purchase of a custom Garmat down draft spray booth and a paint mixing room, designed to meet NFPA standards, with the contractor responsible for all labor, materials, permits, and safety measures. This acquisition is crucial for enhancing operational capabilities while ensuring compliance with safety and regulatory standards, with a contract timeline of 180 days post-award. Interested contractors must submit their quotes by the specified deadlines, and for further inquiries, they can contact Lori J. Jenkins at lori.jenkins.1@us.af.mil or call 330-609-1041.