Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2004 FBO #0824
MODIFICATION

R -- SIGNAGE

Notice Date
2/26/2004
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-34-04
 
Response Due
3/16/2004
 
Point of Contact
Contracting Officer - LaKeisha Wiley-Bess, Contract Specialist, Ph:(202) 745-8420, Fx:null
 
E-Mail Address
LaKeisha Wiley-Bess
(lakeisha.wiley-bess@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor shall provide environmental graphic design services for VA medical centers located in the VA Integrated Service Network (VISN) 5. The VISN 5 facilities include VAMC Washington, DC, VAMC Martinsburg, West Virginia, and VA Maryland Health Care System, in Baltimore and Perry Point, Md. Also included will be various Community Based Outpatient Clinics in the VISN 5 catchment area. Services include design and program of interior and exterior signage, directional wayfinding signage, new room numbering system directed towards visitors and staff, life safety, code and regulatory signage, traffic regulatory signs. This will involve programming and sign location plans for all signs throughout the medical center/facility. The environmental graphic design firm shall perform work on an indefinite quantity (Open-Ended) basis. When services are required, a work order will be issued. Work orders will be issued by the Contracting Officer and will detail the scope of work. The environmental graphic designer and Contracting Officer will review the scope of work and negotiate the amount of hours required and the completion schedule. VA intends to award an open-ended Environmental Graphic Design contract. The Government is uncertain as to the number of task orders that will be placed against the contract during the term of the contract. Award of individual task orders is contingent upon project funding. Selection criteria will be based on: (1) Primary business activity is in the field of Environmental Graphic Design performing the work of signage programming and design. (2) Project Manager assigned to signage programming must have experience with programming the room and informational signing for the interior of large medical centers including the development of a way-finding (directional) sign program and life safety signing. Extensive experience refers to having worked on and managed multiple large sized (250+ bed) medical centers as well as psychiatric hospitals, nursing homes, and outpatient clinics. (3) Project Manager assigned signage programming must have extensive experience with programming the signing for the exterior of large medical centers. This includes the development of pedestrian and vehicle way-finding (directional) signs program, building and entrance identification and traffic/regulatory signing. Extensive experience refers to having worked on exterior sign programs for multiple medical centers in rural, suburban, and urban locations. (4) Ability to provide sign location plans in AutoCAD (if AutoCAD files are available from the VA for the buildings and sites involved). (5) Knowledge of medical terminology and operational characteristics of hospitals, psychiatric hospitals, nursing homes, and outpatient clinics. (6) Selected firm will be excluded from bidding the sign product, demolition and installation. (7) Project manager assigned to the project must have experience in developing new room numbering systems for medical centers. This contract is a total set-aside for small business. The contract term shall consist of 1 base year with 4 options not to exceed $5 million for the total contract duration. Environmental Graphic Design firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed Standard Forms (SF) 254 and 255 by March 16, 2004 no later than 2:00pm. NAICS code 541430 applies. No bid packages are available. This is not a Request for Proposal (RFP).
 
Web Link
RFP 688-34-04
(http://www.eps.gov/spg/VA/VACNAC/VACNAC/688-34-04/listing.html)
 
Place of Performance
Address: VISN 5
Zip Code: 20422
Country: United States
 
Record
SN00532030-F 20040228/040226233226 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.