SOURCES SOUGHT
N -- PERRY POINT OUTDOOR SIGNAGE ""IAW STATEMENT OF WORK"" MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.
- Notice Date
- 8/1/2024 6:19:48 AM
- Notice Type
- Sources Sought
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0774
- Response Due
- 8/7/2024 12:00:00 PM
- Archive Date
- 08/17/2024
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- 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). SEE ATTACHMENT FOR DETAILS: PERRY POINT OUTDOOR SIGNAGE IAW STATEMENT OF WORK MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER . (DURING THE RFI PHASE TO QUALIFY FOR THIS SOLICITATION). MUST PROVIDE THE PLACE OF MANUFACTURER FOR EACH LINE ITEM This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Perry Point VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE/ATTN: Perry Point VA Medical Center Perry Point, MD 21902. DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** 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), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above? What is the place of manufacturing for the requested items? 52.212-3(j) If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. (j) Place of manufacture. (The solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. If you are not a manufacturer. Company shall provide an authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. 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 and SIN number? 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/SIN? Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM) & DUNS Number. Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For Example: Within 30 days ARO, Within 60 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 07, 2024, by 3:00 PM (Eastern Standard Time). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK (SOW) Statement of Work Walking Path Sign for Perry Point VAMC: 1. Provide and install Three signs with permanent ground mounting pole type stand required A. Sign one: ½ = Walking Path Map with location identified and ½ discussion of animal for with path is named i. No smaller than 2ft x 2ft and no larger than 4ft x 6ft. B. Sign two: ½ = Walking Path Map with location identified and ½ discussion of animal for with path is named i. No smaller than 2ft x 2ft and no larger than 4ft x 6ft. C. Sign three: ½ = Walking Path Map with location identified and ½ discussion of labyrinth marking a distance walked. No smaller than 2ft x 2ft and no larger than 4ft x 6ft. 2. Installation required for each sign provided A. All signs must be installed within 30 days of sign arrival on site. B. Installation of sign must be permanent. C. Installation needs to occur during business hours. D. Sign must be perpendicular and parallel to all post and ground. E. Sign must be able to sustain winds up to 70MPH or more. Example: Dig hole for 1 to 4 post per sign and assure post and sign are perpendicular and parallel 3. Color and finishes are per Creative standards. 4. Drawing to submitted for approval prior to manufacturing. 5. VA to provide text and legend information for map locations. 6. Design pricing includes use of the existing layout by Medmaps and expansion of drawing for areas not currently shown. 7. Trail maps will not include Perryville Community Park. 8. Design does not include adding any new building structures to the existing map. 9. Custom High-Pressure Laminate (CHPL) exterior signs over aluminum panels with printing or vinyl. 10. Resistance to wind, UV rays, scratches, impact, & graffiti. 11. All signs need to conform to U.S. Department of Veterans Affairs Office of Construction & Facilities Management, Office of Planning s Facilities Standards for Signage dated May 16, 2023. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS: RFI SOLICITATION PHASE: Must provide an authorized distributor or reseller letter if you are not the manufacturer. A copy of the authorized distributor or reseller letter from the OEM manufacturer to verify that you are an authorized distributor or reseller of the products/services. SHALL BE SUBMITTED DURING THE RFI SOLICITATION PHASE TO QUALIFY. 2. 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). DURING THE RFQ SOLICITATION PHASE. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: IAW STATEMENT OF WORK (SOW) MUST PROVIDE AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT MANUFACTURER FOR THIS REQUIREMENT TO QUALIFY BEFORE THE RFQ WILL CLOSE. PRICE. Salient features and price, when combined, IAW SOW ARE MORE IMPORTANT THAN PRICE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. LINE-ITEM DESCRIPTION PERRY POINT OUTDOOR SIGNAGE FOR PERRY POINT VAMC IAW STATEMENT OF WORK B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 JB __________________ __________________ OUTDOOR SIGNAGE WITH A MAP PHOTO OF PATH AND LOCAL WILDLIFE TO MARK THE BEGINNING AND ENDING OF WALKING PATHS ON PERRY POINT VAMC CAMPUS. 24""H X 48""W X 1/8""D CUSTOM HIGH-PRESSURE LAMINATE EXTERIOR PLAQUE WITH PRINTED GRAPHICS AND DOUBLE DISPLAY POST TRADITIONAL POST PEDESTAL. CPHL PANEL IS MOUNTED AT 45 DEGREE ANGLE. VOLUME DISCOUNT. DESIGN, COORDINATION & SUBMITTALS & INSTALLATION. PERRY POINT OUTDOOR SIGNAGE IAW STATEMENT OF WORK CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339950 - Sign Manufacturing PRODUCT/SERVICE CODE: N099 - Installation of Equipment - Miscellaneous MANUFACTURER PART NUMBER (MPN): N/A LOCAL STOCK NUMBER: N/A GRAND TOTAL __________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0659c8ef009544779b83f971c470d67a/view)
- Place of Performance
- Address: U.S. Department of Veterans Affairs Perry Point VA Medical Center Perry Point, MD 21902 21902, USA
- Zip Code: 21902
- Country: USA
- Zip Code: 21902
- Record
- SN07153827-F 20240803/240801230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |