N099--Facility Wayfinding and Room Numbering FHCC
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159932251461278 |
Posted Date: | Mar 14, 2024 |
Due Date: | Mar 18, 2024 |
Source: | https://sam.gov/opp/33ff4703ef... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Mar 14, 2024 07:01 am CDT
- Original Response Date: Mar 18, 2024 03:00 pm CDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 02, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: N099 - INSTALLATION OF EQUIPMENT- MISCELLANEOUS
-
NAICS Code:
- 339950 - Sign Manufacturing
-
Place of Performance:
JAMES A LOVELL FEDERAL HEALTH CARE CENTER North Chicago , IL 60064-3048USA
Contactor shall provide professional services for all labor, materials, fabrication, delivery, storage, sign removal, sign installation, surface patch & paint, management, and related services necessary to execute the signage plan comprised of the Facility Wayfinding and Room Numbering Improvement Plan. Work shall be compliant with VA requirements.
All interested, responsible sources must submit a brief summary of their capabilities to this office by 15:00 Local/Central on MONDAY MARCH 18, 2024 to include detailed description of the firm s experience in providing this service, UEI Number, name and phone number of a point of contact in case further information is needed. Summaries must be submitted via email to susan.pasholk@va.gov. Telephone inquiries will not be returned.
This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be under NAICS 339950. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents.
NOTE:
Limitations on Subcontracting
13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states:
(a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
For an SDVOSB set-aside, similarly situated means other SDVOSB firms. Â Â Â Â
Look for any further information on opportunities.gov.
- GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
- MILWAUKEE , WI 53214
- USA
- SUSAN PASHOLK
- SUSAN.PASHOLK@VA.GOV
- Phone Number 414-844-4846
- Mar 14, 2024 07:01 am CDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.