DOCUMENT
71 -- Signage for VALBHS - Attachment
- Notice Date
- 8/13/2018
- Notice Type
- Attachment
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9982
- Response Due
- 8/20/2018
- Archive Date
- 11/18/2018
- Point of Contact
- Jason J White
- E-Mail Address
-
6-2236<br
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under NAICS 339950. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources for Signage for Department of Veterans Affairs, Long Beach Healthcare System (VALBHS). GENERAL INFORMATION 1 Copy: LOT E Patient and Visitor Parking (each one is different)Approximate size 42" x 32" x 1/8" aluminum panel with powder coated painted surface and lettering to match existing parking lot signs 14 2 Copy: Welcome Your Privacy is Important To Us Please Wait 16" x 12" double sided sign attached to silver painted post to match photo provided and current hospital standards 10 3 Copy: 2A-104, 2A-105, D201, 101, N-156, A211A Standard "wave" Room ID signs for B126, various areas requested. 6 4 Copy: F111, F110 ADA restroom ID sign to match existing building standards, Bldg. 168 2 5 Copy: Wellness Path Exterior rated aluminum signage for Wellness Path to replace damaged signs. 2 6 Copy: Dental Clinic Reception Room Double sided, overhead sign, approximate size of 7.5" x 36" 1 7 Copy: Men, Women, Women Title 24 restroom door signs for Bldg. 2 and Bldg. 7 3 8 Copy: Acrylic Information Signs Subsurface acrylic information signs as required in Bldg. 1, 126, and Employee Wellness Center 3 9 Copy: Vital Signs, Room OP-134, Medical Library, Allergy Clinic 24" wide x 30" tall acrylic directory board to replace existing foam core signs in Bldg. 126 and Bldg. 7 3 10 Copy: 814, 828, 840B, 841, 841B, 842B, 842C, 856, 857, 858, 860, 861 Standard "wave" Room ID signs for B126, 8th floor to update from old signage designs to current design 12 11 Copy: Passenger Elevator Directional sign for 8th floor to replace old/worn sign, 5.5" x 18" wide 1 12 Copy: MEET A VETERAN 12" x 60" x 1" overhead sign to match signage in hallway near Canteen 3 13 Copy: MEET A VETERAN 12" x 60" x 1" overhead sign to match signage in hallway near Canteen Set of 1/2" thick x 7" tall acrylic letters with metal laminate face 2 14 Shipping and installation 1 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business or Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Jason.white2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, 20 August 2018 at 3:30 pm (Pacific Time). If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9982/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9982 36C26218Q9982.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539465&FileName=36C26218Q9982-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539465&FileName=36C26218Q9982-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9982 36C26218Q9982.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539465&FileName=36C26218Q9982-000.docx)
- Record
- SN05033764-W 20180815/180813231115-54271848b7b5e3ef8af414c00e987c37 (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 |