SOURCES SOUGHT
99 -- Sources Sought SNVHCS Exterior Campus Signage & Wayfinding
- Notice Date
- 3/19/2026 5:07:14 PM
- Notice Type
- Sources Sought
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26126Q0515
- Response Due
- 3/27/2026 3:00:00 PM
- Archive Date
- 04/11/2026
- Point of Contact
- VICTORIA TORRES
- E-Mail Address
-
VICTORIA.TORRES@VA.GOV
(VICTORIA.TORRES@VA.GOV)
- Description
- The purpose of this Sources Sought is to conduct market research to identify companies capable of providing Exterior Campus Signage & Wayfinding for the Department of Veterans Affairs, Veterans Health Administration (VHA) Network Contracting Office (NCO) 21, on behalf of VA Southern Nevada Health Care System. (1) The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information solicited. (2) Although �proposal,� �offeror,� �contractor,� and �offeror� may be used in this source sought notice, any response will be treated as information only. It shall not be used as a proposal. (3) The purpose of this sources sought is to conduct market research to support the procurement of Exterior Campus Signage & Wayfinding for the VA Southern Nevada Health Care System. This notice serves to survey the market to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns: the qualifying NAICS code for this effort is 339950 Sign Manufacturing and Size Standard of 500 Employees. 4) This source sought notice to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 339950. Responses to this notice will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. (5) Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received that is marked with a statement, such as �proprietary� or �confidential,� intended to restrict distribution will not be distributed outside of the Government, except as required by law. Background: The Department of Veterans Affairs, VA Southern Nevada Healthcare System, is seeking vendors who can provide Exterior Campus Signage & Wayfinding. The Contractor shall provide all labor, materials, equipment, and supervision necessary to complete the following tasks in accordance with the highest quality and safety standards: � Fabrication and Installation Supply and install all new exterior signage in accordance with the project specifications and mapped locations provided in the Attachments (Campus Maps). Installation shall meet all applicable building codes, ADA accessibility requirements, and VA design standards. � Sign Assemblies Deliver complete sign assemblies�including directional, informational, and logo signage in various sizes (small, medium, and large)�fully prepared for installation. Off-site assembly shall be maximized to minimize on-site disruption and ensure consistent quality control. � Material and Durability Standards All signage shall be fabricated using high-quality, weather-resistant materials suitable for the extreme climate conditions of Southern Nevada, including UV exposure, high temperatures, and wind loads. Materials shall meet or exceed industry standards for outdoor signage longevity and performance. � Quality Assurance and Coordination Prior to fabrication, the Contractor shall submit shop drawings and material samples for Government approval. Mock-up of each signpost type to be provided prior to full fabrication. Coordinate sign locations, messages, colors, and mounting details with the Government to ensure compliance with VA branding guidelines and project specifications. � Worksite Safety and Cleanliness Maintain clean, safe, and unobstructed work areas throughout the project. Contractor shall submit a detailed work plan for the installation of signage located at elevated heights for VA review and approval. All work shall comply with OSHA safety standards. Contractor shall install temporary signage as need to ensure safe traffic flow throughout the project. The VA reserves the right to require additional temporary signage at any time to address safety or operational concerns. Upon completion, remove all packaging and debris and dispose of them in accordance with legal and environmental requirements. � Performance Standards All signage shall be installed plumb, level, and securely anchored. Graphics and lettering shall be clear, legible, and free of defects. The Contractor shall guarantee workmanship and materials for a minimum of one year following installation. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS. (a) Company name, Address, Point of Contact (POC) name, email address, and phone number (b) Indicate whether your business is large or small. (c) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business. (d) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (e) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). (f) Include the Unique Entity Identifier (UEI) number of your firm. (g) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetCert Registry at Veteran Small Business Certification (sba.gov). If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM, and to receive the award based on VOSB or SDVOSB status you must be registered in the VetCert Registry. (h) Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts. (i) Link to the respondent�s General Services Administration (GSA) schedule, or attached file of same, if applicable. (j) Capabilities Statement (k) Place of manufacturing (this includes leased equipment of where they are manufactured) (l) Authorized Distributorship letter issued from the manufacturer (if applicable) (m) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number, or e-mail address; and (n) Other material relevant to establishing core competencies of the firm. (o) Contractor shall include the terms and conditions of the warranty for all products listed in the attachment. The response is due no later than 3:00 PM Pacific Standard Time on Friday, March 27, 2026. Please submit e-mail responses to Victoria Torres, Contract Specialist, at victoria.torres@va.gov. Please place �Exterior Campus Signage & Wayfinding� in the subject line of the email. Your response should include a Company POC, CAPABILITIES STATEMENT, GSA SCHEDULE INFORMATION, UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event, that the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/457818e1d73241e682f4ee043f8b07aa/view)
- Place of Performance
- Address: North Las Vegas, NV 89086, USA
- Zip Code: 89086
- Country: USA
- Zip Code: 89086
- Record
- SN07751680-F 20260321/260319230053 (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 |