North Carolina Bids > Bid Detail

Sound Isolation Enclosures for USCG ATTC Elizabeth City

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159789962138446
Posted Date: Jul 20, 2023
Due Date: Aug 3, 2023
Solicitation No: 61300PR230000024
Source: https://sam.gov/opp/2dab97a28f...
Follow
Sound Isolation Enclosures for USCG ATTC Elizabeth City
Active
Contract Opportunity
Notice ID
61300PR230000024
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
ATC MOBILE(00048)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 20, 2023 01:55 pm CDT
  • Original Date Offers Due: Aug 03, 2023 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 512240 - Sound Recording Studios
  • Place of Performance:
    Elizabeth City , NC 27909
    USA
Description

  1. This is a Combined Sole Source Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issues.

  2. The Solicitation number 61300PR230000024 is issued as a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. This Combined Synopsis/Solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at https://www.sam.gov/SAM/.

  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 06/02/2023. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/.

  4. This procurement is a 100% Small Business Set Aside, the associated North American Industry Classification System (NAICS) Code is 512240 SOUND RECORDING STUDIOS, with Size Standard is $9.5M, Product Service Code: 5450 MISCELLANEOUS PREFABRICATED STRUCTURES.






  1. The US Coast Guard Aviation Technical Training Center (ATTC) Elizabeth City has begun providing facilitated online training (FOT) to units in the field. Current spaces at ATTC do not allow for multiple FOT sessions to occur simultaneously. With the expansion of the Aviation Rating Apprentice Program (ARAP), along with increased demand for maintenance resource management (MRM) training, further FOT facilities are needed to maintain the efficient delivery of multiple courses. Sound isolation enclosures will provide a platform to meet this need.






  1. Description of Requirements:





Vendor to provide the following:




  1. Two (2) sound isolation enclosures with minimum interior dimensions of 5’10” x 7’10” and a minimum interior height of 6’8”. Additionally, the exterior dimensions, not including and ventilation ducting, shall not exceed 6’2” x 8’2”. The maximum exterior height, without the addition of casters or wheels shall not exceed 6’11”.

  2. The enclosures should be covered in carpet or other sound absorbing material and additional acoustical foam shall be available for the inside.

  3. The door of each enclosure shall be installed on the long-dimension wall. The doors shall have a window with dimensions of 16” x 30”.

  4. Each enclosure shall have an additional window on the long-dimension wall with minimum dimensions of 32” x 36”.

  5. The enclosures shall include air ventilation systems with HEPA filter and a ventilation fan silencing system.

  6. Two studio lights with lengths of 29” shall be available for each enclosure.

  7. Each enclosure must be equipped with cable passages to facilitate computer cables and power cord hookups to external systems.

  8. A floor isolation enhancement, such as a caster plate, must be included to reduce low frequency noise.

  9. If the caster plate is of sufficient height to require an unreasonable step up into the enclosure, a physical step must be included to facilitate entry.

  10. Lastly, the sound enclosures must be modular enough to fit through a standard doorway and allow the end-user to self-assemble in the designated space at ATTC.





Anticipated award will be made within 10 days after solicitation closes.





Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The contractor shall coordinate the exact dates and times of delivery with the Reclamation, at least one week in advance. The contractor shall ensure that the total for all amounts ordered and delivered does not exceed the amount noted in the contract line items.





Address: United States Coast Guard (USCG) Aviation Technical Training Center Elizabeth City located at 1664 Weeksville Road, Elizabeth City, NC 27909.





7. All quotes are due August 3, 2023, by 1100am Central Standard Time.





All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.



VOLUME 1:



Section A Schedule of Goods: Pricing shall be submitted as requested in the Schedule of Goods. Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements, is consistent with the various elements of the offer.



Section B Offerors Representations and Certifications: A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov/portal/public/SAM/. All Offerors shall be registered and current in the System for Award Management (SAM) database.





Section C: Signed acknowledgements of amendments. Applicable only if any amendments are issued against this solicitation.



VOLUME 2



Section A Technical Proposal: Offeror shall submit company's detailed technical approach and methodology for completing all requirements of the Statement of Objective (SOO). The Technical Volume shall not exceed thirty (30) pages in length, minimum 12-point font. Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages.



Section B Key Personnel - Identify all key personnel, experience and qualifications. Provide the Department of Labor Classification for each and identify the labor classification on the include Wage Determination. Provide the Hourly and Overtime Wages for Key Personnel for each contract period of performance.



VOLUME 3



Past Performance Record: Offerors shall provide contract data for two (2) relevant contracts that the offeror is currently performing or has completed during the last five (5) years. The following information shall be included:





Contractor Name and Contract Number; Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses); Length of contract to include Period of Performance (dates); Initial Contract Price; Description of product/service provided (include sufficient detail to demonstrate similarities and dissimilarities to the requirements of this solicitation)





8. The Government will award a Firm-Fixed Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered.





Best Value



Award Criteria - The Government will award a firm fixed priced contract to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy. Offerors understand that however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.





Number of Contracts to be Awarded: The Government intends to select one contractor to provide the services covered herein. However, the Government reserves the right to award no contract at all, depending on the quality of the proposals and prices submitted and the availability of funds.





Rejection of Unrealistic Offers: The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.





Solicitation Requirements, Terms and Conditions: Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements detailed in the SOW, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.





9. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED.



The Government reserves the right to cancel this solicitation at any time.


Attachments/Links
Contact Information
Contracting Office Address
  • USCG AVIATION TRAINING CENTER
  • MOBILE , AL 36608
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 20, 2023 01:55 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >