DOCUMENT
99 -- SIGNAGE FOR ROOM ID, WAYFINDING, AND PATIENT SAFETY at Buffalo VAMC - Attachment
- Notice Date
- 9/24/2012
- Notice Type
- Attachment
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of Veterans Affairs;76 Veterans Avenue;Bath NY 14810
- ZIP Code
- 14810
- Solicitation Number
- VA52812Q0898
- Archive Date
- 9/29/2012
- Point of Contact
- Cheryl M Brimmer
- E-Mail Address
-
4-4748<br
- Small Business Set-Aside
- N/A
- Description
- 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. It is the intent of the Buffalo VA Medical Center 3495 Bailey Avenue, NY 14215, to negotiate, in accordance to Public Law 109-461, a sole source procurement with Sayres and Associates Corporation, 55M Street, SE, Suite 200, Washington, DC 20003. This requirement is to provide and install room identification, life safety, and wayfinding signs. Delivery and installation are required NLT 30 days from date of award. The Boiler Packages are provided on a commercial basis. This procurement is being conducted under the authority of Public Law 109-461 - Veterans First Contracting Program. This notice is for information only and may represent the only official notice of such solicitation/synopsis, however, the Government will consider all proposals received on or before due date identified below. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal. A copy of the provision may be attained from http://www.arnet.gov/far/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The offeror shall also provide its Commercial and Government entity code, DUNS number, and Tax Identification number. All Contractors, both large and small, are required to register in the System for Award Management (SAM) database before an award. Contractors are responsible for the accuracy of the information added to SAM. To register, go to http://www.sam.gov/. The Federal Contractor Program requires that any contractor receiving a contract in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. NAICS Code is 339950. Offers are due by September 26, 2012, at 9:00 am EST, to the attention of the assigned Contracting Officer, Cheryl Brimmer - Cheryl.brimmer@va.gov VA Medical Center Buffalo, NY Scope of Work Wayfinding Project PART 1 - GENERAL 1.0 GENERAL SCOPE The purpose of this project is to design, build and install an Interior Wayfinding Signage Program for the VA Buffalo Medical Center. This project will follow the newly implemented signage standard that is designed, approved and installed in the Elevator Core Areas throughout the Medical Center providing VA patients and staff with a consistent and unfailing wayfinding system. To safeguard and expand the existing signage system in the most cost effective manner all components provided must be interchangeable with the newly implemented system. Detailed manufacturing drawings and sign quantities are provided. The scope of the project includes all interior components necessary to identify, regulate, direct, orient and instruct patients, visitors and staff at the VA Buffalo Medical Center. The project will be coordinated with the Medical Center Management and Facilities staff and in conjunction with all facility demolition, renovation and construction schedules. The sign system must meet all Federal, State, Department of Veterans Affairs and local requirements for safety and ADA compliance. This project does include all related wayfinding analysis and programming of the signage system. The goal of the project is to enable users including veterans, their families, and medical center personnel to quickly and easily navigate through new and unfamiliar surroundings while providing clear information. Past experience shall include three similar projects in the last three years, two of which should be other VA or Military Hospitals. Please provide a point of contact, contract number(s), and dollar amount for all 3 projects. 1.1 REPLACEMENT AVAILABILITY All products designed must be readily available, commercially available from multiple manufactures, non-proprietary items on GSA Schedule for ease in future procurement. All signs must be American made and under standard GSA warranties. 1.2 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. B. American Society for Testing and Materials (ASTM): B209-01.................Aluminum and Aluminum-Alloy Sheet and Plate B221-05.................Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and tubes. C. Federal Specifications (Fed Spec): MIL-PRF-8184F...........Plastic Sheet, Acrylic, Modified. MIL-P-46144C..............Plastic Sheet, Polycarbonate D. Federal Highway Administration Manuals on Uniform Traffic Control Devices for Street and Highways E. Americans with Disabilities Act - 1990 PART 2 - PRODUCTS 2.1 GENERAL A. Signs of type, size and design shown on the drawings and as specified must be followed. B. Signs complete with lettering, framing and related components for a complete installation. C. Provide graphics items as completed units produced by a single manufacturer, including necessary mounting accessories, fittings and fastenings. D. Do not scale drawings for dimensions. Contractor to verify and be responsible for all dimensions and conditions shown by these drawings. Resident Engineer to be notified of any discrepancy in drawing, in field directions or conditions, and/or of any changes required for all such construction details. E. The Sign Contractor, by commencing work of this section, assumes overall responsibility, as part of his warranty of work, to assure that assemblies, components and parts shown or required within the work of the section, comply with the Contract Documents. The Contractor shall further warrant that all components specified or required to satisfactorily complete the installation are compatible with each other and with conditions of installations. 2.2 MINIMUM SIGN REQUIREMENTS A. Permanent Suites and Spaces: 1. Tactile and Braille Characters, when required shall be raised minimum 0.793 mm (1/32 in). Characters shall be accompanied by Grade 2 Braille. 2. Type Styles: Characters shall be uppercase, Helvetica Medium, Helvetica Medium Condensed and Helvetica Regular. 3. Character Height: Minimum 16 mm (5/8 in) high, Maximum 50 mm (2 in). 4. Symbols (Pictograms): Equivalent written description shall be placed directly below symbol, outside of symbol's background field. Border dimensions of symbol background shall be minimum 150 mm (6 in) high. 5. Finish and Contrast: Refer to drawings. Signs must match function and design. 6. Mounting Location and Height: Mounted on wall adjacent to the latch side of the door and to avoid door swing and protruding objects. 7. Signs shall have a ¼" backplate with cherry wood laminate and two integral anodized aluminum bars with 75% recycled aluminum. 8. Room identifications signs shall be 9" x 9"with curved cherry laminate backplate 9. Signs shall have an insert software program with unlimited licenses that auto scales the copy to fit each sign appropriately allowing signs to be updated in house on any standard computer and printer while maintain sign standards. B. Overhead Signs: 1. Type Styles: Refer to drawings. 2. Character Height: minimum 75 mm (3 in) high for overhead signs. As shown, for directional signs. 3. Finish and Contrast: Refer to drawings. Signs must match function and design. 4. Signs to have a solid wood accent - Refer to Drawings C. Specifications Applicable to all Signs: 1. Type Styles: Refer to drawings. 2. Finish and Contrast: Refer to drawings. 3. Signs Must Mechanically Fasten to the Wall 4. Signs shall have a ¼" backplate with wood laminate and two integral anodized aluminum bars containing 75% recycled aluminum. 5. Signs shall be magnetically mounted to backplate nested between aluminum bars. 6. Subsurface Color and Graphics unless Required Otherwise for ADA. 2.3 SIGN STANDARDS / CONSTRUCTION 1. Interior Signs- are composed of two ply-1/16" matte faceplate laminated to 1/8" clear back plate with No.CC69017c compound high performance contact adhesive - shear strength and tack/heat resistance greater than pressure sensitive adhesives. Pocket signs created using No. 38 -.080" separating rib(s) to form insert space for custom computer generated acetate with package results in 5 3/16" inserts and 2 1/16" inserts (the use of adhesive strips instead of ribs is not acceptable). Signs to nest into Type OS22 custom extruded, precision mitered, aluminum frame composed of clear anodized aluminum with a minimum of 75% recycled content. Frame is to be assembled with a two part epoxy process using composite board back plate made of recycled content and EPP Downstream Certified. The room number portion to use injected molded ABS characters. Grade II Braille to be produced with high pressure surface beading directly below tactile number 3/16" minimum. Braille translation via Duxbury Braille translator. Subsurface screen inks must be equal to NAZ-DAR Industrial Lacquer #7200 -series with 2-Propoxyethanol CAS # 2807-30-9; 2-Butoxethanol CAS # 111-76-2 ; Isopropyl Alcohol CAS # 67-63-0; Toluene CAS#108-88-3 and must match #6213 Jade with black text (HM). All sign colors and non ADA copy must be subsurface applied. Surface color or copy including laminates is not acceptable. 2.4 FABRICATION A. Design components to allow for expansion and contraction for a minimum material temperature range of 56 °C (100 °F), without causing buckling, excessive opening of joints or over stressing of adhesives, welds and fasteners. B. Form work to required shapes and sizes, with true curve lines and angles. Provide necessary rebates, lugs and brackets for assembly of units. Use concealed fasteners whenever and wherever possible. C. Shop fabricate so far as practicable. Joints fastened flush to conceal reinforcement, or welded where thickness or section permits. D. Contact surfaces of connected members are true. Assembled so joints will be tight and practically unnoticeable, without use of filling compound. E. Signs shall have fine, even texture and be flat and sound. Lines and miters sharp, arises unbroken, profiles accurate and ornament true to pattern. Plane surfaces be smooth flat and without oil-canning, free of rack and twist. Maximum variation from plane of surface plus or minus 0.3 mm (0.015 inches). Restore texture to filed or cut areas. F. Level or straighten wrought work. Members shall have sharp lines and angles and smooth surfaces. G. Extruded members to be free from extrusion marks. Square turns and corners sharp, curves true. H. Drill holes for bolts and screws. Conceal fastenings where possible. Exposed ends and edges mill smooth, with corners slightly rounded. Form joints exposed to weather to exclude water. I. Finish hollow signs with matching material on all faces, tops, bottoms and ends. Edge joints tightly mitered to give appearance of solid material. J. All painted surfaces properly primed. Finish coating of paint to have complete coverage with no light or thin applications allowing substrate or primer to show. Finished surface smooth, free of scratches, gouges, drips, bubbles, thickness variations, foreign matter and other imperfections. PART 3 - SUBMITTALS A.At the completion of the design phase the vendor must submit a full report. This shall include a complete sign message schedule identifying each sign, its message and its type. Sign location plans shall be prepared showing the placement/location of directional signs. Documentation must accompany this identifying the general wayfinding theory, themes and plan being implemented. Directional and wayfinding signage components should follow the design standard already set by the VA per attached drawings. B.Identification: Each submittal shall include the following: name of project, Sign Contractor's name, and date submitted. Submittals include sign schedules, construction specifications, colors, finishes, sign locations and installation methods. C.Items to submit with bid proposal: Past Experience, Case Studies / Wayfinding Theory, D1A/F2/BP Sign Sample and CD of Insert Software. PART 4 - EXECUTION 4.1 INSTALLATION A. Protect products against damage during field handling and installation. Protect adjacent existing and newly placed construction and finishes as much as possible during installation to limit wall damage. B. Mount signs in proper alignment, level and plumb according to the sign location plan and the dimensions given on elevation and sign location drawings. Where otherwise not dimensioned, signs shall be installed where best suited to provide a consistent appearance throughout the project. When exact position, angle, height or location is in doubt, contact Resident Engineer for clarification. QtyRemarks 8476" x 9" ADA Rm #, 2 Slots & 1 Insert on 8-3/8" x 9" BP 1923" x 9" ADA Rm # on 5-3/8" x 9" BP 499" x 9" ADA Restroom ID on 10"x9" Sq BP 559" x 9" ADA Stair ID on 11-3/8"x9" BP 4415" x 17" Hdr & Pocket w/div on 18-5/8" BP 11" x 17" Acetate Insert 329" x 48" Ceiling Mount Overhead 159" x 48" Ceiling Mount Overhead 169" x 48" Wall Mount Overhead 4015" x 10" Pocket w/Footer on 18-5/8" BP 4011" x 8-1/2" Acetate Insert 6418" x 18" Framed Floor Plan 4Artwork Preparation 909" x 9" Right Angle - Fire Equipment 726" x 9" Framed Slot w/RACE Insert 189" x 9" Framed Elevator Warning Installation Est. Shipping/Handling Square Satin Silver Anodized Aluminum where indicated "W" Cherry Wood Laminate with Curved Top where indicated "BP" Full Curve, HR (high right) or HL (high left) Gannett Off White Background with Black Copy Futura Md Clear Acetate with Black Copy Cherry Wood Header to match Backplate Laminate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/VA52812Q0898/listing.html)
- Document(s)
- Attachment
- File Name: VA528-12-Q-0898 VA528-12-Q-0898 - WNY SIGNAGE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=485259&FileName=VA528-12-Q-0898-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=485259&FileName=VA528-12-Q-0898-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-12-Q-0898 VA528-12-Q-0898 - WNY SIGNAGE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=485259&FileName=VA528-12-Q-0898-000.docx)
- Record
- SN02895917-W 20120926/120925002013-2b3e403304a32adda1b3f44a460c10b0 (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 |