Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2025 SAM #8656
SOLICITATION NOTICE

99 -- Exterior Wayfinding Signage

Notice Date
8/6/2025 12:57:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0665
 
Response Due
8/18/2025 5:00:00 AM
 
Archive Date
09/17/2025
 
Point of Contact
Glorimar Estevez Cortorreal, Contract Specialist, Phone: 413 584 4040 EXT 6718
 
E-Mail Address
glorimar.estevezcortorreal@va.gov
(glorimar.estevezcortorreal@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
The purpose of this amendment is to answer the following questions: Orange provides the answer to the question. Pg 18: Who is building the brick base? It is vendor s responsibility to provide a complete solution. Is the main id double or single sided? � - single side. Page 20 / 21: � What is a key slot track?� � - locking mechanism so sign inserts can be easily replaced when updates are needed, yet they can t be taken out without a special Key so no one can tamper with them. Will the VA accept signs that do not match the specs? We would make to look similar, but we might slightly construct differently. We will review and consider. There are furniture references throughout the solicitation. Can you confirm that this is solely for exterior signage, and the NAICS will be changed to signage? This requirement is solely for exterior signage. The NAICS is 339950 sign manufacturing. Will you please provide the full bid submission requirements or confirm if a separate document contains Section 4.0 Bid Requirements? Page 14 and 15 of the statement of work has the submission requirements. Can you confirm the evaluation methodology and detail� the� technical evaluation criteria? The quote will be evaluated based on the Statement of Work. Please read page 14 and 15. 7. The SOW references demo samples. Can you confirm: Which signage components require demo samples? At the time of bidding only 4"" sample may be requested if needed for bid evaluation. What constitutes an acceptable demo (e.g., material sample, full-size unit)? Material and finished samples are acceptable but not required with the bid submission. Where and when should the sample be delivered? Samples would be mailed to the VACT Medical Center - Attn. Interior Design if requested. Can you confirm that systems meeting or exceeding the salient characteristics and facility standards outlined in the SOW and drawings will be considered acceptable as ""or equal""? This is a Brand Name or Equal requirement. You can provide the brand, Creative Sign Systems, or equal if it meets the technical requirements. Should proposed signs match the visual design, dimensions, and installation method exactly, or is some variation acceptable? Yes, for bid purposes signage shall match specifications (sizes, materials, colors etc..) as close as possible. If variation is proposed, the vendor is to provide a reason and explanation of the best proposed solution. Will an extension be issued� to accommodate the resolution of those concerns? Yes, this solicitation has been extended until August 18, 2025, by 8 AM EST. Please confirm the period of performance in the SOW 5.0 page 14 which indicates 240 calendar days compared to the combined synopsis, The purchase order period of performance is from date of award through 60 days thereafter ? 240 calendar days Period of Performance. Please clarify what evaluation the government is using (3 of the combined synopsis). Page 6 of the combined synopsis/solicitation notice states price, past performance, delivery timeframe, item availability are the decision factors. On page 14 and 15 of the SOW also has the decision factors. Please explain what the expectation is here, Letter of Authorized Reseller or OEM status � What is the acronym for OEM? OEM stands for Original Equipment Manufacturer. Submit a letter of authorized reseller or OEM status. For example, if you are an authorized reseller from X company, provide a letter from X that states your company has the authority to resell. In comparison the SOW indicated a design build, this is normally a construction term for this service contract. Please clarify. Vendor is expected to provide a design of signage products, signage products themselves and installation of signage products to include removal of existing signage thus design-built terms are used.� Section 4.2 of SOW:� Please explain the line items compared to the Description of needs on page 17? Is the intent to price out Lines 1,2 & 3 in section 4.2 for each description of need, there are 9 of them. Please describe how to price out Line item #4. � Will the government be providing a pricing sheet? Each description of need Line item shall include separate price for design, signage product & installation. � Line Item 1: Information Center Monument: Design Price $5.00 / Signage Product: $10.00 / Installation $5.00 Line Item 1 Total Cost $20.00. Refer to page 15 of the SOW. Is there any additional guidance on what the expectation is for submitting the past performance, delivery timeline and item availability? The SOW has this information found on page 14 and 15. Please confirm a supply demo must� accompany the bid submission? If yes, please extend the bid due date to allow time to receive the supply demo. Please provide the furniture requirements listed in the SOW? Samples would be requested as needed during bid evaluation. This solicitation has been extended until August 18, 2025 by 8 AM EST. Please provide the most current Service contract Labro standards. (wage rates) IAW 52.222-41. Wage Determination 2015- 4127 Revision Number: 31 Published Date: July 8, 2025 Section 3.0 of the SOW coordination with VA Services:� Is the expectation if the contractor is required to remove and or relocate sign that are not listed in the SOW a changed order will be issued to do this work IAW 52.212-4? - There will be no requirement to remove or relocate signs not listed. Contractor will only be responsible for signage described in SOW. Coordination with VA services will include communication with grounds crew for digging permit and electric shop to coordinate power disconnect and connect for illuminated information sign communication with Facilities to create a map and directory.� Section 3.3 of the SOW Storage:� Will a change order be issued if the storage surpasses the 30 days? If storage is required, will the material be able to be invoiced prior to installation? Yes, and yes, upon contracting approval. Awarded vendor shall plan installation prior to receiving all products. Section 3.35 Part a.� Installation schedule of SOW page 9:� The SOW refers to Section 11.0 however it does not appear to be part of the package. - Section 11 is Signage Requirements - Installation details are under line item 4 - page. 24 Description of needs:� The SOW indicates, Update to include a graphic design of the West Haven Campus Map and easy to change Directory to reflect current campus conditions. Who will be supplying this, it the responsibility of the contractor to update the map? Can the VA supply an as-builts or information on what is updated? � Attached is our current and only map we have. I also have a CAD file showing our campus site, including some new buildings. Both documents will be provided to an awarded vendor so they can design a new map with correct numbering and department locations. Directory will also be provided. The vendor will be responsible for providing design proofs prior. Both, map and directory shall be easy to update and replace. Will the VA provide utility markings prior to sign installation, or is that fully the contractor's responsibility? - Vendor will be responsible to coordinate installation and needs prior with Facilities Management and Grounds.� Will CAD drawings be provided by VA, or are field measurements the vendor's responsibility? - Site map will be provided. It will be the vendor s responsibility to confirm that the map is correct. New signage sizes as per SOW. Removed sign and new sign size may be different. It is the vendor s responsibility to coordinate installation and determine the best location/position for the new sign - to be approved by the VA prior to installation. What specific environmental graphic design credentials are considered acceptable? - Please refer to VA Signage Design Manual https://www.cfm.va.gov/til/dManual/dmSignage.pdf. The VA Technical Information Library (TIL) (www.cfm.va.gov/TIL) provides standards for all VA planning, design, and construction projects. VA TIL Standards are required to be utilized by project teams working on new construction and renovations of existing facilities. For past performance, are three projects required? - 6 projects as described on page 14/15. The vendor shall provide information on six similar projects completed within the past eight years, with at least four performed at VA or Military Hospitals. For each project, include a point of contact, contract number(s), and contract value. A ""similar project"" is defined as a design build project that includes wayfinding design, exterior signage, and installation for a healthcare facility of equal or greater magnitude compared to the vendor's proposed price for this project. d. Knowledge & Understanding in Healthcare Signage & Wayfinding: The vendor shall demonstrate proven knowledge of wayfinding and environmental graphic design principles specific to healthcare environments. Submissions will be evaluated based on the presented wayfinding theory and its appropriateness for a VA Medical Center (VAMC) healthcare environment and its patient population. 27. Until when can vendors submit their questions? Vendors have until August 13, 2025 by 12 PM to submit their questions to glorimar.estevezcortorreal@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1e006d9fd924949b660665868b272c6/view)
 
Place of Performance
Address: Department of Veterans Affairs West Haven VA Medical Center NCO 1 950 Campbell Avenue, West Haven, CT 06516-2770, USA
Zip Code: 06516-2770
Country: USA
 
Record
SN07539757-F 20250808/250806230057 (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 |
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.