SOLICITATION NOTICE
B -- ACOUSTIC CONSULTING SERVICES SUPPORT
- Notice Date
- 8/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- General Services Administration, Office of Management Services, ACM-D, Office of Management Services, ACM-D, 1800 F Street, NW, Washington, District of Columbia, 20405-0000
- ZIP Code
- 20405-0000
- Solicitation Number
- GS-00I-10-AA-M-0204
- Archive Date
- 9/11/2010
- Point of Contact
- Diane P. Taylor, Phone: 202-208-1822
- E-Mail Address
-
diane.taylor@gsa.gov
(diane.taylor@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation, quotations are being requested and a written solicitation will not be issued. RFQ number GS00I10-AA-M-0204 is issued as a request for quotation (RFQ). This is a simplified acquisition. ACOUSTIC CONSULTING SERVICES SUPPORT STATEMENT OF WORK SCOPE OF WORK Office acoustic evaluation in an underfloor air distribution environment, EPA Region 8 Headquarters, Denver, Colorado BACKGROUND This project is part of a larger program of research undertaken by the Office of Federal High Performance Green Buildings (OFHPGB) pursuant to requirements of the Energy Independence and Security Act (EISA) §491-492. U.S. EPA's Region 8 Headquarters in Denver, Colorado, is a high performance, LEED for New Construction Gold certified facility. It has been selected by OFHPGB as the EISA Demonstration Research Project for 2010. Research activities are underway at the facility around energy use, water use and the workspace environment. The facility is a 9 story office building with approximately 292,000 sq. ft of conditioned office space. (Ground level retail spaces are not included in this research.) The first three floors of the building are served by an overhead air distribution system, while floors 4-9 are conditioned by an underfloor air distribution (UFAD) system. Floors 4-9 laid out as an open office environment (modular workstation) with offices grouped around the building's central core. The interior zones of the floor plate are served by swirl diffusers located in workstations and aisle ways. Airflow from these diffusers is controlled by the pressure setting in the supply plenum. Occupants have some degree of thermal control by manually adjusting the diffuser opening. A modulated sound masking system delivered through the UFAD supports acoustic privacy. Speakers are located within the plenum and sound is emitted through the swirl diffusers. Previous research performed at the facility relevant to this task includes two simultaneous field studies of the UFAD system (2008) and two Post Occupancy Evaluation Surveys (POE, 2008 & 2009) conducted by the Center for the Built Environment. The purpose of the UFAD studies was to evaluate whole-building performance of the UFAD in terms of air leakage, thermal gradients and occupant thermal comfort. These tests determined that the building (and the UFAD system) performs very well from the perspective of energy consumption and overall comfort as defined by thermal comfort models. RESEARCH PURPOSE Results from the CBE POEs show mixed results on acoustics that warrant further study. Occupant satisfaction surveys show higher than normal acoustic satisfaction with noise levels (53% satisfied) but with a significant percentage (31%) dissatisfied with noise from people and from the UFAD acoustic treatment. Of those who expressed dissatisfaction with noise from the UFAD system, loss of voice privacy, or noise from people 55% said that the noise interfered with their ability to get their work done. There is no acoustical research to date on performance of sound masking systems delivered through UFAD. This research is intended to provide a better understanding of the acoustical properties of sound masking in the UFAD system in the Wynkoop Building. RESEARCH TASK •1. Develop sampling plan for acoustic analysis that incorporates open plan spaces, team rooms, and private offices on floors 4-9. •2. Conduct on-site acoustic analysis, including background sound levels and noise reduction between cubicle workstations, private offices, and conference rooms. Acoustical measurements to be made with precision Type 1 equipment and conducted per applicable ASTM standards. •3. Conduct post measurement data analysis. Octave band (1/1) and one-third octave band (1/3) data to be used to calculate speech privacy levels and predicted occupant satisfaction at measured workstations, private offices, and conference rooms. Workstation data sheets should be generated for each measurement and should include all measurement data and calculations, in both tabular and graph form. •4. Report findings and recommendations to improve acoustic conditions. •5. Adjust the sound masking system and re-test a sample of spaces after improvements are made. PERIOD OF PERFORMANCE September 2010 through November 2010 DELIVERABLES & PERFORMANCE SCHEDULE •1. Sampling plan: No later than 30 business days after contract award Draft report on acoustics analysis of spaces and diffusers: No later than 60 business days after approval of the sampling plan. Findings and recommendations: 15 business days after approval of the draft report Report on adjustments and re-testing in a sub sample of settings with the most negative findings: No later than 30 business days after acceptance of the findings and recommendations. PERFORMANCE MEASURES The contractor 's performance and final report will be measured in accordance with the following standards. Performance Measures •a) Coordination: Requirements to conduct sampling activities are clearly communicated and coordinated among building management, tenant management and GSA research team. •b) Reliability: Scheduled activities are conducted as planned; any delays or changes to schedule are communicated in advance to designated project leads. •c) Effectiveness: Sampling and analysis activities clearly illustrate building conditions and occupant feedback •d) Timeliness: All deliverables will be on time and within schedule. e) Communication with client/customers is professional. Quality Expectations •a) Acoustical testing documentation is 100% accurate. •b) Reports (including findings and recommendations) are clear, concise and accurately reflect research findings/ GOVERNMENT FURNISHED EQUIPMENT None TYPE OF CONTRACT A firm fixed price, (FFP) type of contract is anticipated. Travel funds will not be provided as part of this task. PROPOSAL EVALUATION & AWARD Proposals, exclusive of resumes and past performance examples, shall not exceed ten (10) pages. This is a "Best Value" requirement in accordance with FAR Par 8.4. Unless all offerors are rejected, award of this contract shall be made to the responsible offeror whose offer, conforming to the requirement, is determined to be the best overall response, price and other factors considered. Technical and past performance is more important than price. EVALUATION FACTORS Technical Skills •a) Demonstrated familiarity with modulated sound masking in a UFAD environment •b) Demonstrated knowledge of best practices for sound masking in a UFAD environment •c) Demonstrated familiarity and use of analytic methods identified in the above tasks. Past Performance •a) Demonstrated experience with general office acoustical measures - privacy index, background noise levels, noise isolation performance of walls and doors within the last 3 years •b) Demonstrated experience implementing office acoustic standards The following adjectival ratings apply ADJECTIVAL RATING DESCRIPTION Excellent Excellent in all respects; offers one or more significant advantages not offset by disadvantages; very good probability of success with overall low degree of risk in meeting the Government 's requirements Good High quality in most respects; offers one or more advantages not offset by disadvantages; good probability of success with overall low to moderate degree of risk in meeting the Governments requirements Poor The proposal contains major errors, omissions, or deficiencies, or an unacceptable high degree of risk in meeting the Government 's requirements; and these conditions cannot be corrected without a major rewrite of the proposal All potential offerors note that the following provisions apply to this acquisition and will be used. 52.212-1 Instructions to Offerors-Commercial Items (OCT 2008). 52.212-2 Evaluation-Commercial Items (Jan 1999). See below. 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). See attached and submit with proposal. 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009). The following clauses are incorporated by reference in 52.212-5 paragraph (a): 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); paragraph (b): 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52-222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.232-36, Payment by Third Party(FEB 2010)(31.U.S.C.3332), 52.239-1, Privacy or Security Safeguards(Aug 1996) (5 U.S.C. 552a), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (FEB 2009) (Applies to all contracts) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). This acquisition incorporates the additional FAR clauses: 52.204-7 Central Contractor Registration (APR 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.252-2 Clauses Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil Additional instructions to the offerors: 1. All quotes must be received via e-mail not later than closing date: 27 August 2010 12:00 PM EST. No extensions will be granted. 2. All responsible business may submit a quote that shall be considered. Submit inquires and quotations to Central Office Contracting Division, E-mail:diane.taylor@gsa.gov. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR is www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/ACM-D/ACM-D/GS-00I-10-AA-M-0204/listing.html)
- Place of Performance
- Address: U.S. EPA Region 8 Headquarters, Denver, Colorado, United States
- Record
- SN02242882-W 20100818/100817000125-7c1260ce28062a6572aa2f5a40bffd65 (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 |