Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

54 -- U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, MS. is Posting a Combined Synopsis/Solicitation for an Acoustical Enclosure.

Notice Date
3/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-09-T-0013
 
Response Due
3/18/2009
 
Archive Date
5/17/2009
 
Point of Contact
ELIZABETH KELLEY, 601-634-3548<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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. STATEMENT OF WORK FOR ACOUSTIC ENCLOSURE BACKGROUND: The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) needs to purchase an acoustical enclosure. This enclosure will be constructed inside an existing structure, on an existing concrete foundation. The primary function of the enclosure is to provide environmental protection (climate control will be added after construction), but also a moderate amount of acoustical attenuation is desirable. There are not strict requirements placed on the noise attenuation. The enclosure should be delivered to the destination, where it will later be assembled. Requirements are given below. REQUIREMENTS: 1.Layout and Materials a.Must match layout shown in Figure 1 b.Must have nominal 12 ft ceiling c.Must be easily installed on existing concrete slab d.Must be modular and simple to assemble. No on-site fabrication required. e.Panels must be coated to prevent corrosion, white interior preferred f.Must provide moderate sound reduction, no specific dB requirements g.Must have thermal insulation. Interior climate control will be added in the future h.Although assembly of the enclosure will likely be accomplished with ERDC personnel, if the vendor prefers to do the assembly, the assembly charges must be broken out on a separate line item i.Must provide electrical package or outlets as indicated in Figure 1. 2.Air Flow a.Room 2 must have exhaust fan with attenuated intake and exhaust b.Exhaust fan must have replaceable filter element to capture airborne particulate c.Room 2 air must turn over at least once every 3-5 minutes d.Must maintain a slight negative pressure in Room 2, by exhausting 3 - 7 percent more air than is supplied. Aim for a negative pressure of -0.040.02 inches water e.Must provide approximate airflow of 50 ft/min at the intake end and 30 ft/min at the exhaust 3.Contract Details a.All interested contractors must be registered in Central Contractor Registration (CCR) to be eligible for award of Government contracts b.Must be delivered to 3909 Halls Ferry Rd Vicksburg, MS 39180 c.Must deliver within 8 weeks of contract issue/effective date Figure 1. Plan view, desired layout NOTES: Dimension given are approximations. If wall panels require even increments, then adjust to 12 long Room 1, 48 long Room 2, and 24 wide Room 2. Other dimensional changes can be discussed if necessary. RESPONSES: Response to this SOW shall include the following information: 1.Company name, address, point of contact, phone number, and e-mail address. 2.Statement addressing current registration status in CCR 3.Statements regarding capability to meet design requirements 4.Type of business and business size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), HBCI/MI or large business) 5.At a minimum, the cost breakdown should include the line items listed below. Any further breakdown is left to the discretion of the vendor a.Freight b.Vendor assembly or oversight fee if desired c.Breakdown of air handling system cost d.Total price
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c16b8416fded4ada565cffab77d11a9&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES) 3909 HALLS FERRY ROAD , VICKSBURG MS<br />
Zip Code: 39180-6199<br />
 
Record
SN01767112-W 20090313/090311220254-2c16b8416fded4ada565cffab77d11a9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.