DOCUMENT
65 -- VA250-14-Q-0763 - Audiometric Booth - Attachment
- Notice Date
- 9/4/2014
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25014Q0763
- Response Due
- 9/19/2014
- Archive Date
- 11/18/2014
- Point of Contact
- Christopher A. Callihan Contract Specialist
- E-Mail Address
-
lthcare
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK (SOW) Dayton Veterans Affairs Medical Center Replacement Audiology Booth 1. Contracting Officer's Representative (COR). Name:Richard Kirkendall, Engineering Technician, with concurrence of final approval/acceptance by Dr. Charles Swank, Supervisory, Audiologist Section:Engineering or Rehabilitation Address:4100 West Third Street (117A), Dayton, Ohio 45428 Phone Number:(937) 268-6511, ext. 2837 (Mr. Kirkendall) ext. 2254 (Dr. Swank) E-Mail Address:Richard.Kirkendall@va.gov or Charles.swank@va.gov 2. Contract Title. Replacement Audiology Sound Treated Suite Booth 3. Background. Original audiology sound suite damaged beyond repair after a pipe from the above floor leaked onto, and then through, the entire booth space. The booth's sound treated integrity was determined by a representative of the original manufacturer as compromised. This de-certifies the booth for medical-legal hearing evaluations. 4. Scope. The booth is to be a prefabricated audiometric examination booth suitable for the use in testing, calibration, and recording of aural acuity at the Dayton Veterans Affairs Medical Center (Dayton VA). A booth is defined as a free-standing double walled examination room. Henceforth, the term "audiometric booth" will be used generically when referring to booth, room, or suite. An audiometric booth covered by this specification includes all enclosure panels, components, wiring, lighting fixtures (including dimmers), ventilation silencers, and installation to make the booth completely operable. This audiometric booth is to be installed at the Dayton VA Medical center after the removal and disposal of the damaged audiometric booth currently in place. Accurate measurement must be taken after the removal and before the actual fabrication of the audiometric booth. The scope addresses the removal of the damaged booth and accurate measurement of the empty space after the removal. The estimate contained within this SOW is within 5-10% of measurements of the expected actual measurement for the purpose of quoting. These estimates are found in 5. Specifications. To ensure the booth fits the available space, vendor will need to take measurements and adjust specs below as needed. Current damaged booth removal must include: "Removal process to be performed a Friday, Saturday and/or Sunday only "Space to be completely cleaned "Damaged booth to be disposed of by the vendor 5. Specifications. The Sound booth must include the following: o Double Wall Construction - Floors Walls and Ceiling shall be constructed with materials of the same sound attenuation properties. All estimated from the original installation. Outside dimensions: 18'-8" wide by 10'-4" deep by 8'-10" high Control inside dimensions: 7'-4" wide by 9'-8" deep by 7'-2" high Exam inside dimensions: 9'-0" wide by 8'-4" deep by 6'-6" high. All fire rating requirements specified below must be met. Space plan is provided below. o Doors: Four acoustic doors (2 doors for the control room and 2 doors for the exam room); i.e. Double in-swing / out-swing door system. 36" clear opening, double magnetic seals with cam- lift hinges. Magnetic door holders to hold doors on open position. All fire rating requirements must be met. o Windows: Acoustic window for patient observation, 36" wide by 30" high / Windows in both the control and exam doors with adjustable built-in privacy blinds. o Floors: Acoustic and vibration isolated floor system. Legacy design, 6 5/8", to match existing pit recess. o Trim: Extended roof apron panels, 8" above roof line of booth. Vertical closure panels to close gaps to booths walls for up to 6"wide airspace o Electrical service via a minimum 20 foot grounded power cord. Two (2) quad outlets beneath observation window, control side. Two (2) quad outlets beneath observation window, exam side. Four (4) additional quad outlets, exam side o Conduit drop, rough in for phone / network, control and exam sides adjacent to observation window. Conduit drop, rough in for thermostat, control side near light dimmer switch o Jack panel with cable pass-thru o Acoustic ventilation silencer system, roof mounted supply and exhaust silencers with duct collars for 6" flex duct connection to building HVAC system, connection by others. o Recessed LED lighting Turn-Key installation at the Dayton VA Medical Center After sound booth is installed certificates need to be provided by the vendor that it meets the ANSI standards for hearing testing. The manufacturer and installer need to be a member of NASED (National Association Special Equipment Distributers) Minimum sound specs as listed below Sound absorption in accordance with ASTM C423-84a standards: 125Hz - Absorption Coefficient 0.79 250Hz - Absorption Coefficient 1.08 500Hz - Absorption Coefficient 1.10 1000Hz - Absorption Coefficient 1.02 2000Hz - Absorption Coefficient 1.04 4000Hz - Absorption Coefficient 1.00 NRC - Absorption Coefficient 1.05 Noise Reduction in accordance with ASTM E-596: Center Frequency 125Hz - Noise Reduction 27 Center Frequency 250Hz - Noise Reduction 37 Center Frequency 500Hz - Noise Reduction 44 Center Frequency 1000Hz - Noise Reduction 53 Center Frequency 2000Hz - Noise Reduction 58 Center Frequency 4000Hz - Noise Reduction 60 Center Frequency 8000Hz - Noise Reduction 62 Packaging, Packing and Shipping Instructions: Demolition, removal and cleaning of the current damaged sound booth. Once the site is ready for installation and additional room modifications should not be required and there are no available storage areas. Therefore, the material should not be delivered until time of installation is set to commence. 6. Performance Monitoring. Engineering in conjunction with the Chief of Audiology will determine if the installed sound booth meets the size, sound attenuation and other requirements stated in the SOW. The booth will need to attenuate sound as stated in Section 5 above. 7. Security Requirements. The Contractor will not have any access to VA Computers or any patient information. This contract will not require contract personnel to have access to Privacy Information. If privacy information is inadvertently revealed, Contract personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Other Pertinent Information or Special Considerations. Calibrated sound level meter measurements will be used to measure various frequencies to make sure specification are met. 10. Place of Performance. Dayton Veterans Affairs Medical Center 4100 West Third Street Dayton, OH 45428 11. Period of Performance. o Contractor will remove damaged booth within 30 calendar days of receipt of a purchase order. o Contractor will deliver and install new booth within 120 days after removal of damaged booth. Evaluation and Award This acquisition will be conducted under FAR Part 13 and the evaluation and award will be made the offer that represents the best value to the Government. In addition to price, the following factors will be considered: technically meeting the requirement, delivery/installation availability. The Government intends to make an award based on the initial quotations therefore offers should ensure that complete information and best offer is provided with initial submission. In addition to completing the Price/Cost Schedule offers must submit specification sheets that provide sufficient detail to allow for a technical evaluation, and any brochure or catalog information that will accurately depict the offered product and proposed delivery and installation date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25014Q0763/listing.html)
- Document(s)
- Attachment
- File Name: VA250-14-Q-0763 VA250-14-Q-0763.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1613344&FileName=VA250-14-Q-0763-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1613344&FileName=VA250-14-Q-0763-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-14-Q-0763 VA250-14-Q-0763.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1613344&FileName=VA250-14-Q-0763-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Daton VA Medical Center;4100 W. THIRD ST.;DAYTON, OH 45428
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN03496615-W 20140906/140905000301-65aa4a5d3b2ac70bd9c887b1d98c48c5 (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 |