Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
MODIFICATION

65 -- Butler County (Hamilton) CBOC Audio Booth

Notice Date
9/15/2010
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
VISN 10 Contracting;Department of Veterans Affairs;Cincinnati VA Medical Center;260 E. University Ave.;Cincinnati OH 45220
 
ZIP Code
45220
 
Solicitation Number
VA25010RQ0222
 
Response Due
9/20/2010
 
Archive Date
10/20/2010
 
Point of Contact
Chris Blazejewski
 
E-Mail Address
cting-Contract
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This synopsis is a streamlined solicitation of offers for commercial items for use where appropriate. This is intended to simplify the process of preparing and issuing solicitations/synopsis for evaluating offers for commercial items consistent with commercial practices. Only written requests, electronically submitted, and received directly from the requester are acceptable. This requirement is 100% set aside for small business concerns. The NAICS code is 423450, with a size standard of 100 employees. REQUIREMENTS: The Department of Veterans Affairs Medical Center Cincinnati is seeking quotes for a custom sound room (Audiometric Examination Booth to perform Audiological Examinations) to be installed at the VA Community Based Outpatient Clinic (CBOC) located at 1750 South Erie Highway, Hamilton, (Butler County), Ohio 45011. PRICING: ItemDescriptionQtyUnitCost 1Acoustic System Custom Sound Room - single wall control room and double wall exam room. Outside dimensions: 22 ft 0" wide x 11 ft 4" deep x 8 ft 7.5" high, inside control room: 9 ft 0" wide x 10 ft 8" deep x 7 ft x 2" high, inside exam room: 10 ft 8" wide x 9 ft 4" deep x 6 ft 6" high. High performance EMI shielding is included and as a requirement for this package all electrical and data devices within the booth must be surface mounted in electrical raceway. VA to supply electrician for all electrical work. VA is responsible for providing and connecting a dedicated earth ground to the booth to maintain shielding.1ea 2Optional Roughed In Conduit Drop. Note: Due to EMI shielding, all internal devices will be surface mounted in electrical raceway. Price includes device filter for standard data/alert devices.1ea 3Optional Additional Duplex Outlet. Note: Per the above, to maintain EMI shielding, all internal devices will be surface mounted in electrical raceway.1ea 4Optional oversize 36" wide by 30" high exam window. 1ea 5Optional Window In Door. Note: Not recommended to maintain EMI shielding performance.1ea 6Removal Of Crating Material1ea 7Installation Of Sound Room1ea TOTAL The installation of the sound room is to be coordinated before the opening of the new Hamilton CBOC in early December 2010, with the exact date to be determined once an award is made. The sound room will be tested before acceptance and payment. REQUIREMENTS/STATEMENT OF WORK: The vendor is to supply the VA Medical Center Cincinnati with a double-wall audiology sound suite to be located at the Butler County Ohio CBOC location (1750 South Erie Highway, Hamilton, OH 45011) with the following specifications: One Acoustic Systems custom sound room single wall control room, double wall exam suite including: -Exam room will have at least two (2) double-gang outlets per wall. Two (2) of these outlets must be proximal to exam window. -A minimum of a six (6) outlet electrical strip and one (1) double-gang outlet will be installed in control room beneath exam window. At least one (1) additional double-gang outlet will be installed on the side wall facing the door. -Recessed incandescent lights, four (4) each in control and exam room -Provision for booth to be connected to building HVAC -30" wide by 24" high exam window -Window accent trims colors will be provided to accent the booth finish color. -Clinical jack panel beneath window containing twelve (12) ¼" gold plated stereo phone jacks, four (4 ) USB connections, and one (1) 1 ½" diameter cable pass-through -32" clear opening doors -The acoustical floors shall be 4" thick. -Floors shall rest on full length vibration isolation rails of 2 5/8" welded construction to reduce structurally transmitted vibration. Rails shall incorporate properly loaded rubber in shear (50 durometer rubber) vibration isolators so as to provide a 6-1/4 Hz natural frequency. Floors with individual isolators welded to floor panels shall be unacceptable. -Floors shall be sealed with a 16 gauge, cold rolled steel bottom skin and shall be fully insulated with acoustical fill material as described below. The perimeter shall be constructed of formed 11 gauge steel channel. Steel internal reinforcement members shall be spaced on 12" centers maximum. Walking surface shall be 11 gauge, cold rolled steel with nylon filament carpet. -The perimeter of the floor shall be finished with a 16 gauge, cold rolled steel apron finished to coordinate with the room's overall color. -Floors shall be furnished in the Control Room and the Exam Room. -Sound suites will have flush entry to control and exam room without any modification needed to existing 6 5/8" concrete depression. -Conduit drop for network, phone, alert devices, etc. on control room side. -EMI shielding of exam room using 16 or 20 gauge sheeting on ceiling, floor, and walls, to maintain continuous conductivity. Each panel must make direct contact with adjoining panels. -Sound room will be grounded to the earth to maintain EMI shielding. -Exam room outer wall floor channel will be masked 1" at the bottom outer edge prior to painting so that paint will not compromise the EMI shielding. Following painting, wire braid will be applied to the bottom outer edge of the channel, creating a conductive perimeter under the entire sound room. -Metal sheeting subfloor must be assembled prior to walls, so that the outer wall floor channel can be fastened directly through the subfloor. The wire braid of the floor channel must make continuous direct contact with metal sheeting. -Exam room outer wall roof channel will be masked 1" at the top outer edge prior to painting so that paint will not compromise the EMI shielding. Following painting, wire braid will be applied to the top outer edge of the channel, creating a conductive perimeter under the entire sound room. -Roof channel must be fastened directly through the metal sheeting attached to the ceiling. The wire braid of the ceiling channel must make continuous direct contact with metal sheeting. -All outer wall joiners must be draped with 12" of bronze or copper wool, draped 6" on each side, prior to installation if insulation. -Prior to painting, all wall and ceiling panels will be masked 1" where they connect to other panels so that metal-to-metal contact will be maintained. -Prior to painting, outer door frame panel will be masked around the edges of the first and second bend, as well as the surface between the first and second bend on the hinge, header, and strike side to maintain metal-to-metal contact for EMI shielding. -Installer will provide a channel from roof to ceiling for exam and control room for sprinkler head installation. Once sprinkler system is installed by VAMC, installer will pack the channel with copper wool to maintain RF shielding in exam room. -Inner door leaf and threshold insert will be masked prior to painting. After painting, large copper finger stocks will be installed around the door perimeter, maintaining the finger stock base alongside the door hinges. Finger stocks must overlap to be continuous. -Dimmer switch in control room for control room lighting. -All interior surfaces of room walls shall be covered with an acoustical wall covering. Wall covering material shall have a minimum weight of 31 oz. / linear yard (48" width) and minimum thickness of 0.25". Material shall have a Class A Fire and Smoke Rating. Material shall be installed on panel faces so as not to extend under the joining hardware and influence the acoustical seal of the unit. All edges shall be secured with a natural wood trim at the panel joints, and cove and base molding for floor and ceiling. Door and door frame shall be trimmed with a steel trim frame to match the window trim and color. -Panels shall be finished to a film thickness of 1.5 to 2 mm with an electrostatically charged powder coat paint cross linked in an oven using no polluting VOC (volatile organic compounds) suitable for industrial, commercial and institutional applications. -Complete installation of sound room -Removal and disposal of packing and crating material. 52.212-2 Evaluation-Commercial Items. (JAN 1999) (a) 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: 1)Technical capabilities 2)Past performance 3)Price Technical capabilities and past performance, when combined are significantly more importance than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. As part of the technical evaluation, please provide: 1.Resumes of key personnel. 2.A summary of past installation (or detailed procedure) that covers installation in a sunken floor. For past performance, please provide: 1.Three (3) references, including points of contact, phone numbers and email addresses. 2. Listing of all, if any, past performance at city, state, and/or federal government locations including points of contact, phone numbers and email addresses. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors- Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions; vendors shall submit the most favorable terms. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.), is hereby incorporated into this combined synopsis, with the wage determination for Butler County, Ohio, WD 05-2413 (Rev.-7) that may be accessed at: http://www.wdol.gov/Index.aspx. Quotes and accompanying information are due no later than 4:30 p.m. EST, Monday, September 20, 2010. Responses must be sent by email to christopher.blazejewski@va.gov. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25010RQ0222/listing.html)
 
Record
SN02283355-W 20100917/100916000400-db417af74d3035f57ae10bec2cf51a2d (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  © 1994-2020, Loren Data Corp.