9905--PEDESTRIAN CROSSING SIGNAGE W/ INSTALLATION
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Hampton VA Medical Center, is soliciting proposals for the procurement and installation of pedestrian crossing signage. This 100% Small Business Set-Aside opportunity aims to enhance traffic control, safety, and visitor access, addressing an Office of Inspector General (OIG) finding. Proposals are due by May 14, 2026, at 9:00 AM EST.
Scope of Work
The contractor will provide a turn-key solution for pedestrian crosswalk signage, including the removal of designated existing aged signage, new signage design and programming, underground utility surveying and marking, and installation. The project requires providing and installing matching single post signs that adhere to facility standards, including specific hardware and wayfinding elements. Key deliverables include a Signage Location Plan, Sign Message Schedule, shop drawings, and a design concept package. All work must comply with VA Technical Information Library (TIL) guidelines (specifically PG 18-10 Section 3.5 and 2.3), OSHA, state of Virginia legislation, Federal Facility Technical Standards, and Virginia State Corporation Commission Marking Standards. Materials must be American-made, with aluminum extrusions containing a minimum of 75% recycled content. Specific sign types like R1-5c, W11-2, W17-PR(L), EN-10.10, and EN-05.03 are required across 22 distinct locations.
Contract & Timeline
This is a Firm-Fixed-Price (FFP) contract. The acquisition is a 100% Small Business Set-Aside under NAICS Code 339950 (Sign Manufacturing) with a size standard of 500 employees.
- Response Due: May 14, 2026, 9:00 AM EST
- Technical Questions Due: May 12, 2026, 9:00 AM EST
- Published Date: May 8, 2026
Eligibility & Evaluation
Offerors must be registered in SAM.gov and submit proposals via email to Kenneca.Crump@va.gov. Pricing must be provided on a separate document with a breakdown. Award will be made to the lowest-priced, technically acceptable offer. Contractors must demonstrate significant experience, including a minimum of 7 years in signage programming and installation, with project scopes of at least $500,000. They must provide documentation for three Federal projects for evaluation. A project manager with at least 5 years of experience in signage auditing and programming for multiple large medical centers (250+ beds) is required. Offerors must also complete the "Buy American Certificate" (FAR 52.225-2) and comply with its requirements regarding domestic content and critical components.
Additional Notes
Amendment 0001 adds FAR 52.222-90 Addressing DEI Discrimination by Federal Contractors (APR 2026). Bidders must acknowledge receipt of this amendment. Refer to "Exterior Signage Guidelines.pdf" and "Crossing Locations-HVAMC.pdf" for detailed technical specifications and site-specific requirements.