Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

99 -- Wilmington VA Entrance Marquee Signage

Notice Date
4/29/2025 11:12:25 AM
 
Notice Type
Sources Sought
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0624
 
Response Due
5/9/2025 10:00:00 AM
 
Archive Date
06/08/2025
 
Point of Contact
McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing LED Marquee Signage. The signage will be delivered to the Wilmington VA Medical Center, located in Wilmington, DE 19805. SCOPE OF WORK For Wilmington VA Hospital LED Marquee Signage -- Services -- PROVIDE: Wilmington VA Hospital replacement of LED display at the entrance of hospital. The signage project will include fabrication, installation, training, and warranty. The display (and services associated with it) must meet ALL the specifications and requirements set forth below. -- Scope of Work -- GENERAL: The Wilmington, Delaware VA Medical Center intends to issue a service contract. The project consists of: 5ft x 30 ft 8mm weatherproof viewable display with vertical miter to appear as one unit. Single-faced Use existing structure with no modifications. Individual dimensional channel letter VA logo located on the top of the display. Routed face and illuminated top ID panel with US Department of Veterans Affairs Medical Center . Aluminum skirting to update the brick structure and including all the different military branch updated logos design i.e. Navy, Army, Marine, Air Force, Coast Guard and Space Force OPX Cloud Software installed, 100% Cloud Based. Updated colors Determination of intricate details will be discussed with COR/VA Media department after bid process i.e. sign color, ID panel font, etc. SPECIFICS: The contractor shall furnish all materials, equipment, supervision, and personnel necessary to accomplish the project as indicated. Work includes but is not limited to trades required for the installation of 5 ft x 30 ft 8mm LED display screen with vertical miter to appear as one unit located at entrance of hospital, using existing structure with no modifications. Including but not limited to general alterations and renovations. Display must be self-contained and able to operate independently without use of any external computer or device to control the display. Replace existing sign cabinets. Design, color of cabinets and font will be determined by COR/VA Media Department Sign Cabinet MUST be weatherproofed. Sign cabinet material: Aluminum extrusion (no frame and skin) Cabinet finish: Electrostatic satin finish in color chosen by COR/ VA Media with no texture and nominal finish thickness so that finish does not materially change finish size. Cabinet face: Must have black finished border surrounding the outer perimeter of the modules so that LEDs are protected by the extrusion framing the outer edges of the cabinet. Service Access: Must be front access for all service with access being via removal of individual modules only. Hinged doors or other methods which require opening all modules for inside access are not acceptable. Rear access is not acceptable. All fasteners/releases must be stainless steel. Power supplies and controller must be inside the cabinet. Ventilation: Must be active ventilation using forced air for circulation (no passive ventilation) and be a 100% front-ventilation system (no cross vent or rear vent) with no filters or required scheduled maintenance of any kind. Display Parts Warranty: five (5) years on all parts from actual manufacturer. No third-party contracts, insurance, service plan or other than an actual manufacturer warranty may be substituted. No display parts exclusions allowed. No limitations on module replacement allowed, a single pixel out/stuck shall be eligible for warranty replacement. No acceptable failure rate warranties shall be accepted. Any components manufactured by others and incorporated into the sign shall also be covered for the full term of the warranty. Warranty parts must include pre-paid shipping both ways for all warranty parts. Parts Availability Warranty: From actual manufacturer. No third-party contracts, insurance, service plan or other than an actual manufacturer warranty may be substituted. Wireless Plan: Life-Of-Sign Data included in purchase of sign and Lifetime Remote diagnostics Legally binding official warranty terms and conditions must be supplied in written form with your bid. Training: One-on-one or small group training by professional trainer, plus lifetime additional training and software support without cost or limitation. Manufacturer s Tech support availability: Monday through Friday standard, 5 days a week. Installation: Must be by personnel certified by display manufacturer as being fully factory trained and tested on the specific display type provided. Installation must be completed by the same sign company selling display (no sub-contractors). New displays must be installed on the existing structure using industry standard methods as specified by manufacturer. All mounting hardware must be hidden. Manufacturer must provide complete printed instruction manual for installers with illustrations and directions as per UL-48 requirements. Said manual must be submitted for review along with your bid, and supplied to end user after sign is installed. Display supplied must be completely FCC compliant, with required 2 part-label on the display, and manufacturer must provide a copy of the accepted FCC testing certificate for the actual model of display provided as part of bid submittal. All work to be performed on Monday through Friday from 7:00 am till 4:00 pm each evening. Safety measures shall be provided throughout the work schedule to minimize risks. All work shall be completed in accordance with the latest VA, local, state, and federal regulations. SUMMARY OF REQUIRED DOCUMENTS WITH SUBMITTAL: Complete manufacturer warranty terms FCC Compliance Certificate UL Green Listing Copy UL-48 Listing Number for Completed Display Assembly Engineering certification of wind load rating Google Earth Link showing actual selling sign company primary facility location. Aerial photo or google link showing actual display manufacturer location (not location of distributor, assembler, sales office, or importer) Manufacturers installation manual Reference list of 10 similar displays of similar type LED display proposed, currently installed and operating. Delivery Location: Wilmington VAMC 1601 Kirkwood Hwy, Wilmington, DE 19805 Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339950, Sign Manufacturing. The Small Business Size Standard for this NAICS code is 500 employees. Please answer the following questions: 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 (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on May 09, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. 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 notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1e646fd45a9488ab8b4692925b6c782/view)
 
Place of Performance
Address: Wilmington VAMC 1601 Kirkwood Hwy, Wilmington 19805
Zip Code: 19805
 
Record
SN07425493-F 20250501/250429230057 (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.