The RFP Database
New business relationships start here

Defense Forensics and Biometrics Agency Noise Cancellation/Abatement System


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) 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.


(ii) This solicitation number, W15QKN-18-R-0163, is issued as a Request for Proposal (RFP) to meet a requirement to procure a noise cancellation system, or other sound cancellation/abatement technology to service the Defense Forensics and Biometrics Agency (DFBA) Clarksburg, West Virginia office, also known as the Biometric Operational Division (BOD).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95.


(iv) Notice of 100% Total Small Set-Aside Solicitation. The North American Industry Classification Systems (NAICS) code for this effort is 337214, Office Furniture (Except Wood) Manufacturing, with a size standard of 1,000 employees.


(v) See attached RFP containing terms and conditions, Firm-Fixed Price (FFP) CLIN, and applicable clauses.


(vi) The contractor shall provide a system that will reduce or eliminate sound transfer between offices, conference rooms, hallways, and select rooms. In coordination with the technical POC, the contractor will survey the work space and propose a solution for the correct noise cancellation/ cancellation / abatement system for the subject workspaces.


Proposed vendor solutions shall meet the following technical requirements.


a. In the open areas, the system must be able to reduce sound level to between 35-50 Db and noise shall not travel more than 20-25 feet.
b. For interior offices and conference areas, must achieve equivalence of a Sound Transmission Class (STC) 50 or better. Specifically, loud speech from within 20-25 feet can be faintly heard but not understood. Normal speech is unintelligible with the unaided human ear.
c. Sound-source generators shall be permanently installed and not contain an AM/FM receiver.
d. Any sound-source generator within the facility that is equipped with a capability to record ambient sound shall have that capability disabled. Example of a recommended sound-source generator would be a noise generator or shift noise source generator using either white or pink noise.


** The technical requirements are taken from the following:


MIL-STD-1474E - Department Of Defense Design Criteria Standard Noise Limits
Army Regulation 380-27 - Control of Compromising Emanations
Intelligence Community (IC) 705 Technical Specification for Construction and Management of Sensitive Compartmented Information Facilities
CNSSP 300 - National Policy on Control of Compromising Emanations


For Site Visits:


The Contractor will perform a survey to determine proposed solutions to obtain the proper level of noise cancellation. A minimum of 3 days prior to any visit, the visiting vendor must contact the technical POC in order to provide information for each visitor. If the visitors have a clearance in JPAS, contact the technical POC and pass the JPAS information to DFBA, SMO Code is W4GV137. Otherwise, have the following information available when contacting for a visit time/date:


 Full legal name, as is seen on official identification (driver's license, passport, government ID, etc.)
 SSN
 Place of Birth (if foreign born, naturalization number required)
 Date of Birth
 Citizenship


(vii) Delivery and acceptance are included in the attached solicitation.


(viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.


(ix) This acquisition utilizes Lowest Price Technically Acceptable (LPTA) process for commercial supplies/services in accordance with FAR Part 12 and FAR 15.101-2.


(x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with quote, or a copy of your Representations and Certifications contained in the System for Award Management (SAM) database: https://www.sam.gov.


(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.


(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.


(xiii) Any additional FAR clauses necessary to this requirement are contained in the attached RFP.


(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable.


(xv) Responses must set forth full, accurate and complete information as required by this solicitation. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001. Responses must be plainly marked with the solicitation number (W15QKN-18-R-0163) and the date and local time set forth for receipt of quotes in this document and the RFP document. Responses must set forth full, accurate and complete information as required by this solicitation.


(xvi) All questions regarding these requirements may be submitted via email no later than 24 August 2018 by 11:00 AM EST to the Contract Specialist, James Martin, at james.j.martin3.civ@mail.mil. All correspondence shall be submitted by email in writing specifying Solicitation W15QKN-18-R-0163.


(xvii) All submissions must be received by the closing date and time of 29 August 2018 by 11:00 AM EST, to the Contract Specialist, James Martin, at james.j.martin3.civ@mail.mil. All proposals shall be submitted by email in writing specifying Solicitation W15QKN-18-R-0163.


 


James J. Martin, Contract Specialist, Phone 6095626653, Email james.j.martin3.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP