SOLICITATION NOTICE
99 -- Speech Privacy Sound Masking
- Notice Date
- 8/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Intelligence and Security Command, HQ USAINSCOM, Directorate of Contracting, HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
- ZIP Code
- 22060-5246
- Solicitation Number
- W81GNN8200N284
- Response Due
- 8/14/2008
- Archive Date
- 10/13/2008
- Point of Contact
- Bethany R. Rossman, 703-428-4593<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This combined synopsis solicitation constitutes a request for quote and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 20080721. The NAICS is 238990 All Other Specialty Trade Contractors with a small business size standard of 13 Million Dollars. This solicitation is for commercial purchase of BRAND NAME OR EQUAL items. This acquisition is a 100% small business set-aside. Contractor shall provide all labor, equipment, transportation, and incidentals to perform the following: Building 1 Work to be accomplished includes equipment purchase, delivery and installation in elevator lobby areas for the 3rd, 4th, 5th, and 6th floor at the North and South entrances to mitigate or suppress possible discussions in the SCIF areas from emitting to uncleared areas. Installation shall be of a minimum of four emitters placed in a grid of approximately 10-15 square feet, with each emitter installed in a recessed insert fitted to the existing suspended acoustical ceiling. The controller unit for these emitters will be installed in a secured utility closet and will facilitate all emitters via CAT5 cable. During Physical Security Inspections conducted, it was revealed that discussions conducted inside the SCIF areas have a probability of being heard in areas outside the SCIF in points where a wall shared with the SCIF and an unclear area that adjoined to a window on the outer perimeter of the facility. Work to be accomplished in this area will be installed in the vulnerable points in the break room and gym where the windows intersect with the shared SCIF wall. Emitters will be installed in a manner to mitigate or suppress possible discussions in the SCIF areas from emitting into these uncleared areas. Installation shall be of a minimum of four emitters placed in a grid of approximately 10 square feet or a series line, with each emitter installed in a recessed insert fitted to the existing suspended acoustical ceiling. Building 2 Work to be accomplished includes equipment purchase, delivery and installation in the vicinity of entrance to 2F19 to mitigate or suppress possible discussions in the SAP areas from emitting outside this area. Installation shall be of a minimum of six emitters placed in a grid of approximately 10-15 square feet, with each emitter installed in a recessed insert fitted to the existing suspended acoustical ceiling. The controller unit for these emitters will be installed in the SCIF and will facilitate all emitters via CAT5 cable. A leg of CAT5 at approximately 140 feet from the controller unit would be run in the path above the suspended ceiling to an additional SAP area 2F25 required to mitigate or suppress possible discussions in the SAP areas from emitting outside this area. Installation shall be of a minimum of five emitters placed in a grid of approximately 10-15 square feet, with each emitter installed in a recessed insert fitted to the existing suspended acoustical ceiling. There is no need for a controller unit in this area since these emitters will be controlled by 2F19. Should this area be able to mitigate sound by replacing the existing door, this paragraph may be eliminated with the only requirements being 2F19. Additionally, work to be accomplished in another area includes equipment purchase, delivery and installation in the vicinity of entrance to B1 090 to mitigate or suppress possible discussions in the SAP areas from emitting outside this area. Installation shall be of a minimum of 4 emitters placed in a line through the passageway of approximately 12 square feet, with each emitter installed in a recessed insert fitted to the existing suspended acoustical ceiling. The controller unit for these emitters will be installed in the SCIF and will facilitate all emitters via CAT5 cable. Delivery: 30 Days Purchase order will be firm fixed price. Place of delivery, performance, and acceptance is FOB Destination, Fort Belvoir, VA 22060. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim All questions must be submitted no later than 13 August 2008 at 9 am EST. Offers are due no later than Close of Business (COB) 14 Aug 2008 at 11 am EST. Faxed transmissions of quotes are acceptable. Fax #: 703-428-4593 (please call and verify that I have received the fax: Bethany Rossman 703-428-4593) or e-mail bethany.r.rossman@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ee926ad3c4cbb1cc041ce9a300b3053&tab=core&_cview=1)
- Place of Performance
- Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA<br />
- Zip Code: 22060-5246<br />
- Zip Code: 22060-5246<br />
- Record
- SN01638191-W 20080814/080812225349-8ee926ad3c4cbb1cc041ce9a300b3053 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |