Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

99 -- MEDDAC Signage Package

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-07-T-0043
 
Response Due
9/14/2007
 
Archive Date
11/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. W911RZ-07-T-0043. This solicitation is being issued as a Request for Quotation RFQ. The solicitation documen ts incorporate provisions, and clauses that are those in effect through Federal Acquisition Circular FAC 2005-18 was issued 5 Jul 07; DFARS should be current through DCN 20070802; and FAR 52.212-1, Instructions to Offerors-Commercial Items. This procureme nt is a 100% small business set aside. The Small Business Size Standard is 500 employees, and the North American Industrial Classification Code NAICS is 339950. List of contract line item number and item, quantities and units of measure. ALL ITEMS SHALL BE QUOTED FOB DESTINATION. CLIN 0001-1 Lump Sum  Provide all planning, labor, materials, equipment, services, subcontrcts, and engineering necessary to replace the approximately 1500 room and miscellaneous signs within Evans US Army Community Hospital bldg 7500 and Robinson Family Medicine Clinic bldg 7490, Ft. Carson, CO. The texture, feel, colors, and appearance of the signs must closely approximate No Visible Difference the existing Innerface directional sign package installed throughout the Hospital. Statement of Work: Replace MEDDAC Room Signage Approximate Sign Quantities are as follows: Sign Type dimensions are approximate, but need to match existing signage: Convex type, 16x16 qty 5; Single-sided Ceiling Mount, 11x46 qty 2; Single-sided Ceiling Mount, 11x36 qty 12; Single-sided Ceiling Mount, 11x60 qty 2; Blank Wall Mounted Directional, 9x46 qty 40; Wall Mounted Directional, 9x46 qty 3; Wall Mounted Directional, 9x36 qty 2; Blank Wall Mounted Directional, 9x60 qty 60; Wall Mounted Directional, 9x60 qty 4; Room ID Signs, 8x8 qty 1500; Stairwell Signs, 9x9 qty 40; Perpendicular, 7x7 qty 10; Lettered Inserts qty 2000; Raised Characters qty 5800; Blank Inserts, color or graphic qty 1400. Vendor must maintain off-the-shelf ready stock components of the signage package to support modifications, additions and changes to the total sign package purchased under this requirement. Those parts must be available within 24 hours after the government places an order. Vendor will develop a room list broken down by room and building identifying the individual signs and sign groups to be replaced/added see message schedule. This Message Schedule shall specifically identify the quantity of each required sign based on model, noun description, physical description and unit price. Successful offeror will participate in a walk through of the buildings to develop the message block information for the required signs. The vendor shall install the new sign package purchased under this requirement. Vendor shall install the signs in accordance with the standard commercial sign installation standards and will be evaluated accordingly. Vendor shall install signs in one des ignated area per week. Installation shall be coordianated with the Government POC assigned by the Contracting Officer. The designated areas are In No Particular Order: 1-Service Level of B# 7500; 2-Ground FloorHospital Tower B# 7500; 3-Ground Floor-Comm ons Area B# 7500; 4-Ground FloorClinic B# 7500; 5-Second FloorHospital Tower B# 7500; 6-Second Floor-Commons Area B# 7500; 7-Second FloorClinic B# 7500; 8-4th and 5th FloorsHospital Tower B# 7500; 9-The Entire B# 7490. The Government will be responsib le for removing the existing sign package in both buildings; will place the sign on the floor adjacent to the room/area where the sign was removed and will patch/ paint where the walls are disturbed by such removal. The specification section SECTION 10440 -Interior Signage controlling Submittals, References, Quality Assu rance, Delivery/Storage/ Handling, Project conditions, Acceptable Products including the signage packages salient features, Construction, Examination, Preparation, Installation and Protection is part of this Statement of Work. This specification has been modified to reflect the specific requirements necessary to satisfy this solicitation. References/Commercial Specification Sections cited within this specification but not provided are available on the Web. SECTION 10440 - INTERIOR SIGNAGE PART 1 GENERAL 1.1 SECTION INCLUDES A. Interior signage of the following types: 1. ADA compliant interior signage. 2. Interior signage plaque modules. 1.2 REFERENCES A. ICC/ANSI A117.1 - Accessible and Useable Buildings and Facilities; 1998. B. USATBCB - Americans with Disabilities Act ADA, Accessibility Guidelines for Buildings and Facilities ADAAG. 1.3 SUBMITTALS A. Submit under provisions of Section 01300 Available on Web. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Manufacturer's descriptive literature. 2. Installation methods. C. Shop Drawings: List sign styles, lettering, locations and dimensions of each interior sign. D. Selection Samples: For each finish product specified, two complete sets of color chips representing manufacturer's full range of available colors and patterns. E. Verification Samples: Two full size samples, representing type, style and colors including method of attachment. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Comply with requirements of ICC/ANSI A117.1 and ADAAG. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Maintain environmental conditions temperature, humidity, and ventilation within limits recommended by manufacturer for optimum results. B. Do not install products under environmental conditions outside manufacturer's absolute limits. C. Manufacturer to establish quick ship program for future insert orders including up to 20 inserts with not more than a 24 hours lead time. D. Manufacturer to establish an internet-based system for the reorder of individual components. This system is to provide graphic images and information on each sign type along with individual sign components. E. Manufacturer to establish an order tracking system that tracks the order status from the time an order is placed through estimated delivery dates and actually delivery, tying seamlessly to the UPS online tracking system. PART 2 PRODUCTS 2.1 MANUFACTURER Recommended Manufacturer: Innerface Sign Systems, Inc.; 5849 Peachtree Road, Atlanta, GA 30341. ASD. Tel: Phone: 770-921-5566, Toll Free: 800-445-4796. Fax: 770-279-1327. Email: Sales@innerfacesign.com. 2.2 INTERIOR SIGNS A. Standard Products: The following interior sign systems shall be provided in locations indicated. B. Convex Plus Series by Innerface 1. Aluminum frame system with removable lens and inserts. a. Module: 1- Style/Overall Size: Refer to sign type drawings and message schedule for required sign sizes and styles. 2- ADA Options - Innerdot 3= Letter Color - White 4- Sign Color - #4 Burgundy 5- Munting a- FLat Surface Mount b- T-Bracket for Perpendicular Mount C. Construction General: 1. Frame  Fabricate from a piece of curved, clear-anodized aluminum extrusion that is cut to length. The extrusion is formed to hold an insert and a 1/16 inch thick faceplate in rails integrated rails that run the length of the extrusi on. The frame includes injection molded plastic end caps that are attached using countersunk screws. 2. Faceplate  The removable faceplate is fabricated from Romark 1/16 inch think two ply reverse flexible plastic sheet that is clear on one side and matte finish on the other side. 3. Inserts - Inserts are fabricated from 4 mil vinyl and lettered with vinyl or digitally printed on 9.5 mil premium archival matte stock at 1200 dpi utilizing a photo dye based UV ink and laminated with 3.2 mil luster UV vinyl treatment on a cold seal machine. 4. ADA Braille and Raised Characters  1/16 inch diameter clear acrylic raster placed in wholes drilled to 1/32 inch deep in faceplate. Raised characters are 1/32 inch styrene or 1/32 inch thick. Sign Products molded plastic letters painted with M atthews polyurethane acrylic paints depending on color. Characters adhered to faceplate with IPS Weld-On #4. D. Standard Mounting Systems: 1. Partition Clips u-shaped 1/8 inch thick clear acrylic cut or 1/8 inch thick brushed aluminum and shaped to customers' specifications. 2. Magnetic Tape 1/2 inch or 3/4 inch thick black magnetic tape with adhesive backing cut to size. 3. Double Sided Foam Tape 1 inch wide black or white 3M double-sided foam tape. 4. Angle Stands 1/8 inch thick gloss black acrylic bent to a 65-degree angle. Base has four 3/8 inch diameter felt pads on the bottom. 5. Vandal Resistant Tape 3M white VHB double sided foam tape 6. Backplate Screws Routed 1/8 inch thick black styrene backplate with a counter sunk screw holes. Supplied with dry wall screws and anchors 7. Backplate Glass CNC routed 1/8 inch thick gloss black acrylic with 3M, 1 inch wide black double sided foam tape. 8. Stanchions: Telescoping sign holder with a 15 pound weighted base. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until surfaces to receive signs have been finished and finishes are dry and correctly cured. B. If substrate preparation is the responsibility of another installer, notify Facilities Management Branch of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Locate signs in accordance with approved shop drawings and ADA requirements. C. The Facilities Management Branch of the Hospital will be the sole determiner of what constitutes a satisfactory installation including level, plumb and appropriateness on mounting hardware. 3.4 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. C. Surfaces damaged by the sign installation contractor will be the responsibility of the sign installation contractor to correct without cost or obligation to the government. The Facilities Management Branch of the Hospital will be the sole determin er of what constitutes damaged surfaces. The Items are to be delivered to Evans Army Community Hospital at 7500 Cochrane Circle, Ft. Carson, CO 80913. All offerors must have completed their online representations and certifications to be considered for award of this project. Instructions on how this can be done may be found at www.orca.bpn.gov. Prospective contractors also must be registered in the Central Contractor registration at www.ccr.gov. The following provisions in the Federal Acquisition Regulation FAR/ Defense FAR Supplement DFARS appl y to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were in full text. Full text of a claus es may be accessed electronically at: http://farsite.hill.af.mil, FAR 52.204-7004 Central Contractor Registration, 52.212-2, Evaluation Commercial Items, 52.212-3-Offeror Representations and Certifications--Commercial Items, 52.212-4 Must be filled out and included with your offer, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, also applies to this acquisition to include the following additional appl icable clauses: 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, ,52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 A ffirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of Vietnam Era.; 52.222-39-Notification of Employee Rights Concerning Pay ment of Union Dues or Fees, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Regi stration, 52.225-13-Restrictions on Certain Foreign Purchases 52.232-36, Payment by Third Party, 52.252-2, Clauses Incorporated by Reference: http:farsite .hill.af.mil, DFARS clauses included: DFARS: 252.212-7000-Offeror Representation and Certifications- Commercial Items Must be filled out and included with your offer, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, -to include the following: 52.203-3 Gra tuities; 252.225-7012- Preference for Certain Domestic Commodities; 252.225-7001, Buy American Act and Balance of Payments Program, 252.247-7023 -Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea. Qu otations must be received by this office NLT 1700hrs MST on 14 Sep 2007. Quotations may be submitted to the following address: 1676 Evans Street, Bldg 1220, 3rd Fl, Fort Carson, CO 80913-5198 or faxed to 719-526-6622. Attn: Linda J. Ott or emailed to lind a.ott@us.army.mil When e-mailing or faxing, please contact Contract Specialist to ensure item has been received. Please include the following in addition to the above: CAGE Code, DUNS Code, and Payment Preference DFAS or Credit Card, and estimated deliver y time upon receipt of order. Reference FAR clause 52.212-2-Evaluation Commercial Items-Award will be made to the lowest priced responsive and responsible offeror. For additional information regarding this Request for Quotation, please contact Linda Ott vi a e-mail at linda.ott@us.army.mil. All questions must be submitted in writing.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01395567-W 20070907/070905221457 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.