Skip to main content

An official website of the United States government

You have 2 new alerts

FEMA Training Center VINYL Wall Wrap Installation

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

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).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Mar 24, 2023 09:48 am EDT
  • Original Date Offers Due: Apr 10, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 25, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9905 - SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES
  • NAICS Code:
    • 339950 - Sign Manufacturing
  • Place of Performance:
    Anniston , AL 36201
    USA

Description

Vinyl Wrap for Training Facility Walls

1.  General:  This is a non-personal service(s) contract under which the personnel rendering the service(s) are not subject, either by the contract’s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.

1.1  Description of Services/Introduction:  This is a non-personal service(s) contract to provide vinyl wrap printed with Government provided graphics to include installation of vinyl wrap in 801 Walt Phillips Road, located on Anniston Army Depot, Anniston AL.  

2.0   Scope: The awarded contractor shall provide timely delivery and installation of the requested material as specified below.

    1. The contractor shall provide the following quantity of vinyl wrap printed with Government provided graphics
    2. The graphics files were prepared by DoD multimedia specialists and were based on the measured dimensions of the rooms. The files will be delivered in PSB (Photoshop Big) format, 120 DPI, and with “bleed” (excess, sacrificial material) around the edges (1” top, 3” side, 4” bottom) to aide in installation.

Part Number                    Part Description                                                         Quantity

Vinyl Wrap          Vinyl wrap printed with Government provided graphics            10,165 sq ft

Installation               Installation of vinyl wrap                                                          1

    1. Material.  The Contractor shall comply with the following material requirements:
        1. Provide 10,165 sq ft of vinyl wrap material:
        2. Material shall be installed on painted cinderblock, painted metal doors (including front facing door frame), and glass windows
        3. Printed with Government supplied graphics
        4. Vinyl wrap shall include a protective over-laminate
        5. The final installed vinyl wrap (with over-laminate) shall have a matte finish
        6. Vinyl wrap shall be printed in color, at a minimum of 120 DPI
        7. Vinyl wrap shall meet the following specifications
          1. Thickness: 50 micron
          2. Elongation at break: min. 150%
          3. Immediate and permanent adhesion
          4. Operating temperature range:  -40 ºF to 175 ºF
          5. Resistance to solvents
          6. Vinyl wrap shall be similar to Arlon and/or 3M brand materials

    1. Installation Requirements.  626.50 linear feet of vinyl wrap material shall be installed in rooms with 10-feet ceiling height. 195 linear feet of vinyl wrap shall be installed in rooms with 20-feet ceiling height.

        1. Vendor shall attend post award conference convened by the contracting activity in accordance with Federal Acquisition Regulation Subpart 42.5.
        2. Vendor shall conduct a site visit of the facility prior to installation of the vinyl wall wrap to inspect rooms and ensure there are no unforeseen issues during the planned installation
        3. Vinyl wrap to be installed in six (6) separate rooms with the following nominal dimensions:
          1. 26’ X 66’ X 20’ H
          2. 7’ X 16’ X 10’ H
          3. (L-Shaped) [(132’ X 16’) + (19’ X 23’)] X 10’ H
          4. 19’ X 16’ X 10’ H
          5. 9’ X 12’ X 10’ H
          6. 32’ X 18’ X 10’ H
        4. In addition, vinyl wrap to be installed on two (2) separate walls with the following dimensions:
          1. 31’ x 10’ H
          2. 18’ x 10’ H
        5. The vinyl wrap shall be installed on all room walls (to include corner columns/bump-outs)
        6. All doors shall be addressed in one of the following ways, per government direction
          1. No vinyl wrap installed
          2. Vinyl wrap installed on door using same file as the wall
          3. Vinyl wrap installed on door using a separate file just for that door
        7. All windows shall be addressed in one of the following ways per government direction
          1. No vinyl wrap installed
          2. Vinyl wrap installed using a separate file just for that window using one-way viewable (perforated) material
        8. Installers shall avoid obstacles in the room such as conduit, electrical boxes, and wall/light fixtures

3.0 Warranty Information: Vendor shall provide a minimum one year warranty covering installation and material.

4.0 Installation Access/Security Requirements:  Contractor Personnel installing vinyl wall wrap are required to provide their name, date of birth, and social security number for government security background investigation.

4.1 AT Level l training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility orarea. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shallcomplete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into thecontract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractoremployee to the COR or to the contracting officer, if a COR is not assigned within 30 calendar days after completion of training by all employees andsubcontractor personnel. AT Level I awareness training is available at the following website: https://jkodirect.jten.mil/Atlas2/page/login/Login.jsf

4.2  iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility orarea. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the CO. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award.

4.3  Access and general protection/security policy and procedures. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

4.4 For contractors that do not require a CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index (NCIC- Ill) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/ facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

4.5 Foreign National Use:  The Contractor shall not use foreign nationals on this contract unless approved by the Procuring Contracting Officer and DEVCOM Chemical Biological Center Security Office concurrence. Any foreign nationals must be approved prior to initiating work under this award. The following information is required when requesting approval for foreign national support: (1) full name, (2) date of birth, (3) place of birth, (4) citizenship, (5) registration number, (6) port of entry, (7) description of position in which employee will be utilized, (8) photo-copy of the work visa, (9) abbreviated Curriculum Vitae, (10) all issued passports, and (11) a sole source justification (why the foreign national is being used instead of a United States person. These documents will be submitted to the DEVCOM Chemical Biological Center Security Office for approval. Previously approved foreign nationals must be re-approved if the nature of their work under this contract differs from that performed under the prior year's contract.

5.0  Place of Performance:  Army Depot, Anniston AL. 801 Walt Phillips Road.

6.0  Period of Performance:  Vendor shall complete installation of vinyl wall wrap within 12 weeks of contract award.

Contact Information

Contracting Office Address

  • EDGEWOOD CONTRACTING DIV KO 8456 BRIGADE STREET
  • ABERDEEN PROVING GROU , MD 21010-5424
  • USA

Primary Point of Contact

Secondary Point of Contact

History