Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

56 -- Requirement for soundproofing offices and conference rooms

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-11-T-0076
 
Response Due
8/17/2011
 
Archive Date
10/16/2011
 
Point of Contact
susie williamsmoore, 703-806-4466
 
E-Mail Address
MICC - Fort Belvoir
(betty.s.williamsmoore.civ@mail.mil)
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. Mission and Installation Contract Command (MICC) Fort Belvoir, VA is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Quote (RFQ) announcement constitutes the only solicitation; a written solicitation will not be issued. The United States Army respectfully requests for the following work to be performed: Soundproofing in Rooms E0730, E0751, E0754, E0753, E0430, E0426, E0427, E0429, E0431, and E0428 1. Install approximately 370' (4' high X 6" wide) of wall above the existing partition from top of ceiling grid to deck with a double layer of extruded polystyrene panel, joints staggered. Pin 4" thickness of sound batt insulation full height from ceiling grid to the deck on each side of the new wall. A row of sound batt (16" x 4") will be laid in place horizontally on each side of the new wall for additional sound protection. 2. Relocate the existing HVAC return grills near the windows and away from the occupant and insulate with flex-master acoustical duct. New diffusers with 12" flex-master duct will be installed to compensate for the air loss by the increased length of duct. Adding some additional turns in the duct will also improve the sound transmittance. 3. Build a sound partition of stacked 16"x 4" sound batt insulation under the floor at the existing partition approximately 370' long to curb the sound transmittance under the floor. 4. Insulate the termination at the window glass with dense foam. Note: These offices and conference room are in two different areas. Outside walls are not to be insulated. The walls of all the offices and conference rooms are made by Transwall Office Systems. The primary areas for insulation are under the raised floors and in the area above the dropped ceiling which is also being used as a plenum. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference. The following clauses apply under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving and 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.201-7000 Contracting Officers Representative; DFAR 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS The following clauses apply under DFARS 252.212-7001: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, and 252.232-7003 Electronic Submission of Payment Requests. Offerors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their capabilities brief. The North American Industry Classification System (NAICS) 238310, Drywall and Installation contractors, has been established for this solicitation. The size standard is $14.0M. This procurement is 100% set-a-side for Small Business. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. Offerors shall submit their quotes via e-mail to the Contract Specialist, Betty S. Williamsmoore, for this action: Betty.S.Williamsmoore.civ@mail.mil, by 8:00 am Eastern Standard Time, 17 August 2011. Additional Info: Additional documentation Contracting Office Address: MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Fort Belvoir, VA 22060-5116 Place of Performance: Quantico, VA 22134 Point of Contact(s): Betty S. Williamsmoore, Contract Specialist, 703-806-4466
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e953c994a7a3e61820cfc407380c3e8)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN02529644-W 20110812/110811000236-5e953c994a7a3e61820cfc407380c3e8 (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.