The RFP Database
New business relationships start here

Improve Wayfinding and Singage Project 693-13-106


Pennsylvania, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Selection of Architects and Engineers (Public Law 92- 582) and implemented in Federal Acquisition Regulation (FAR) 36. SF330 will be accepted from A&E firms permitted by law to practice the professions of architecture or engineering. All accepted submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more A&E firms deemed most highly rated after initial source selection will be chosen for interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. The magnitude for construction (not design) of this project is between $1m and $2m.
a.    Contract Award Procedure: Before an A&E small business firm is proposed as a potential contractor, they must be certified by VETbiz and registered in the System For Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of a proposed SDVOSB A&E Firm to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration for award.
b.    Nature of Work: Provide environmental graphic design services. The project will plan, design and program an interior and exterior sign and graphics program for the VAMC Wilkes-Barre located in Wilkes-Barre, PA. The exterior sign program will identify buildings and provide directional wayfinding. The interior sign program will develop a new room numbering system, provide for new code / life safety signs, new room identification and a directional wayfinding sign program. During the course of the development of the directional wayfinding sign program for the interior, coordination will be conducted with the facility to identify architectural, interior design and communication issues at the facility that can be improved to provide better circulation and communication of services for patients and visitors. In the development of the directional wayfinding sign program for the exterior, coordination will be conducted to identify site circulation issues for both vehicles and pedestrians that can be improved to provide better circulation and parking for patients and visitors. The sign program "design look" will be developed to coordinate with the VA Signage Design Guide utilizing a component base sign system.
2. PROJECT INFORMATION:
a.    INTERIOR TASKS: The interior sign area of work at VAMC Wilkes-Barre is defined as the interior of the medical center complex.
i.    The Environmental Graphic Design firm will review the existing room numbering system and advise the medical center if it needs to be replaced. If the existing room numbering system is "broken", the Environmental Graphic Design firm will develop a new room numbering system for all rooms and all floors of the selected medical center/clinic. This room numbering system is one that is to be directed toward visitors and staff. Proposed options for new room numbering system will be reviewed with facility Engineering and Interior Design.
ii.    The Environmental Graphic Design firm will design and program an interior room identification sign program. This will involve programming and sign location plans being prepared for all of the room identification signs throughout the selected medical center/ facility. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans will be prepared showing the placement/location and mounting method of the signs.
iii.    The Environmental Graphic Design firm will design and program a life safety, code and regulatory sign program. This will involve programming and sign location plans being prepared for all of the regulatory, code and life safety signs throughout the selected medical center/facility. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans will be prepared showing the placement/location and mounting method of regulatory, code and life safety signs.
iv.    The Environmental Graphic Design firm will design and program a directional wayfinding sign program. This will involve programming and sign location plans being prepared for all of the directional signs throughout the selected medical center/facility. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans will be prepared showing the placement/location and mounting method of directional signs.
v.    The Environmental Graphic Design Specialist will develop a report identifying architectural, interior design and communication problems at the facilities that need to be changed and improved to provide better identification, circulation and communication of services for patients and visitors.
vi.    The Environmental Graphic Design firm will develop the design scheme for the "look" of the interior sign program. The design will generally define the various types of signs that will be used throughout the project along with issues of image, materials and finishes, typography and layout, and color. Terminology, names and titles, flexibility of the system, form and scale, and legibility will also be considerations in developing the design scheme. The design documents will identify material finishes, trims, sign construction, installation and other design details. The documents will include elevation drawing of each sign type with applicable size and layout dimensions and any necessary side, top and back views.
vii.    The Environmental Graphic Design firm will prepare complete specifications for the product(s) being specified for the project.
viii.    The Environmental Graphic Design firm will prepare suitable documentation necessary for the VA to obtain pricing/quotations for the demolition of existing signs and the installation of new signs. The Environmental Graphics Design firm will be required to prepare any of the VA's bidding documentation, excluding VA's standard forms.
ix.    The Environmental Graphic Design firm will prepare a pre-construction budget for product, demolition and installation.
x.    The Environmental Graphic Design firm will provide construction implementation services which include reviewing submittal and shop drawings submissions and perform a pre-installation walk thru with contractor. At completion of installation, the Environmental Graphic Design firm will make a final inspection walk through and prepare a "punch list" report noting deficiencies and corrections necessary for the contractor to complete the project.
xi.    The interior signs will be designed with consideration given to the Architectural and Transportation Barriers Compliance Board's (ATBCB) guideline for accessible signage related to the Americans with Disabilities Act.
xii.    Examples of the types of interior signs that will be included in the scope of work are: Primary room/department identification signs; Patient room signs; Secondary room identification signs; Informational signs; Wall and ceiling mounted directional signs; Entrance lobby signs; VISN identification signage; Regulatory, life safety code and restrictive signs.
b.    EXTERIOR TASKS: The exterior sign area of work at VAMC Wilkes-Barre VAM is defined as the traffic and parking lot signs and building identification signage.
i.    The Environmental Graphic Design firm will design and program an exterior wayfinding/directional sign program. This will involve programming and sign location plans being prepared showing the placement of the signs and their respective messages. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans and photographs will be prepared showing the exact placement/location and installation method of the directional signs.
ii.    The Environmental Graphic Design firm will design and program an exterior building identification sign program. This will involve programming and sign location plans being prepared showing the placement of the signs and their respective messages. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans and photographs will be prepared showing the exact placement/location and installation method of the building identification signs. The signs on the building may be augmented with freestanding signs as necessary to assist in identifying buildings.
iii.    The Environmental Graphic Design Specialist will develop a report identifying site circulation issues for both vehicles and pedestrians that can be improved to provide better access, circulation and parking for patients and visitors.
iv.    The Environmental Graphic Design firm will develop the design scheme for the "look" of the exterior sign program. The design will generally define the various types of signs that will be used throughout the project along with issues of image, materials, finishes, typography and layout, and color. Terminology, names and titles, flexibility of the system, form and scale, and legibility will also be considerations in developing the design scheme. The design documents will identify material finishes, trims, sign construction, installation and other design details. The documents will include an elevation drawing of each sign type with applicable size and layout dimensions and any necessary side, top and back views.
v.    The Environmental Graphic Design firm will prepare complete specifications for the product being specified for the project.
vi.    The Environmental Graphic Design firm will prepare suitable documentation necessary for the VA to obtain pricing/quotations for the demolition of existing signs and the installation of new signs. The design firm will not be required to prepare any of the VA's bidding documentation.
vii.    The Environmental Graphic Design firm will provide construction implementation services which include reviewing submittal and shop drawings submissions and perform a pre-installation walk thru with contractor. At completion of installation, the Environmental Graphic Design firm will make a final inspection walk through and prepare a "punch list" report noting deficiencies and corrections necessary for the contractor to complete the project.
viii.    The Environmental Graphic Design firm will prepare a pre-construction budget for product, demolition and installation.
ix.    Examples of the types of exterior signs that will be included in the scope of work are: Freestanding, wall or building mounted identification signs; Freestanding, wall or building mounted directional signs; Parking lot identification and parking stall signs; Traffic signs; Site identification signs.
3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance.
(1)    Team proposed for this project;
a.    Background of the personnel
i.    Project Manager
ii.    Other Key Personnel
iii.    Consultants
(2)    Proposed Management Plan;
a.    Team organization
i.    Design Phase
ii.    Construction Phase
(3)    Previous Experience of Proposed Team;
a.    Project experience
(4)    Response Time;
a.    Prime Firm
b.    Consultants
(5)    Specialized Experience and Technical Competence
a.    Architectural, Wayfinding Signage Programs, Life Safety Signage Programs, Traffic and Regulatory Signage Programs, and Interior Design in large medical, as well as metal health, and community living center facilities;
b.    Contract must certify in writing that they or their subcontractor(s) possesses a minimum of five (5) years of experience performing similar work at a facility of similar size and complexity.
(6)    Project Control;
a.    Techniques planned to control the schedule and costs
b.    Personnel responsible for schedule and cost control
(7)    Estimating Effectiveness;
a.    Five most recently bid projects
(8)    Miscellaneous Experience and Capabilities:
a.    Experience in healthcare clinical design;
b.    Experience with design related to patient medical bedrooms;
c.    Experience with VA patient-centered care or Planetree philosophy
d.    Experience using evidence based design for interior features to promote healing environments
e.    Experience in ADA
f.    Experience in NFPA 101 Life Safety code
g.    LEED certification
h.    Energy conservation
i.    Interior design
j.    Industrial Hygienist
4. SUBMITTAL REQUIREMENT:
This project is set aside under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009), and all original A/E Firm SF330 packages shall be submitted to:

Wilkes-Barre VA Medical Center,
Contracting (049E - Everett Shaver)
1111 East End Blvd
Wilkes Barre, PA 18711

All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number.

(a)    Interested firms having the capabilities to perform this work must submit one hardcopy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding A/E firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although A/E firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, an A/E firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the A/E firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract.
(b)    The A-E firm shall not include company literature with the SF 330.
(c)     In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the A/E firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work).
(d)     In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the A/E Prime, A/E Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees anticipated to perform the work. Resumes shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page.
(e)     In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page.
(f)     In Section G, block 26, include the name and their associated A/E firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their A/E firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team.
(g)     In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement.
(h)     In Section H, Part I, SF 330, A/E firms must show their last 12 months of Signage Design contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3.
(i)    In Section H, Part I, SF 330 Generally, describe the A/E firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered.
(j)    Personal visits and phone calls to the facility to discuss this announcement will not be allowed.
5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Firm Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm.
Point of Contact: Contracting - Everett Shaver, 570-824-3521 ext 4864, E-mail questions to: Everett.shaver@va.gov.

Everett E Shaver
Contracting Officer
(570) 824-3521 x4864

Everett.Shaver@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP