Acoustic Study
ID: Acoustic_Study_STRATCOMType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an acoustic study at Offutt Air Force Base, Nebraska, focusing on the Atrium and Auditorium of Building 1000. The primary objective is to assess the impact of replacing existing carpet with terrazzo flooring and to provide a comprehensive report detailing the acoustic effects, including noise mitigation strategies tailored to both the current audio system and a proposed upgrade. This study is crucial for optimizing sound management in military facilities, ensuring compliance with security protocols, and enhancing operational effectiveness. Interested contractors must submit their quotations by September 23, 2024, at 11:00 AM CST, and can direct inquiries to Epati Scanlan at epati.scanlan.1@us.af.mil or Jacob Saunders at jacob.saunders.3@us.af.mil.

    Files
    Title
    Posted
    The document outlines the specifications for the approval of a DAKTRONICS NPN-5200 model display intended for installation in the US STRATCOM atrium. It details a single unit (8WX12H) with a standard finish of black if no other finish is specified. The total weight is approximately 2,957.9 pounds, comprising the display (1,507.2 lbs) and mount/cladding (1,450.7 lbs). The document consists of multiple sheets, each providing detailed engineering drawings, including dimensions and installation instructions. Key elements highlight compliance with local building codes and structural engineering specifications for anchoring. The drawings stress the proprietary nature of the information, restricting reproduction without permission from AMD, Inc. The emphasis on adherence to code and safety measures demonstrates a careful approach to project execution, aligning with key considerations in federal RFPs and grant applications where thorough planning and compliance are paramount. Overall, the document serves as a formal request for product approval and installation guidance for a significant display installation project.
    The document presents the specifications for Daktronics' NPN-6600-1.2MN-600-CH display module, designed for high-performance visual displays. Key features include a pixel configuration of Flip-Chip RGB with a resolution of 3240 x 3840 pixels and a pixel pitch of 1.2mm. The display measures 13.29 x 23.62 inches, weighs 8.71 pounds, and operates with a maximum power of approximately 5,716 watts. The color capacity supports 16-bit color with 281 trillion colors and adjustable color temperatures ranging from 3,000° to 10,000° Kelvin. The brightness is rated at 600 nits with a contrast ratio exceeding 5000:1, ensuring clear visibility in various lighting. Connectivity is provided via Ethernet CAT 6 cable, with optional fiber optics. The document also outlines assembly requirements, including proper power connections and ventilation specifications. Overall, the specifications reflect Daktronics' commitment to quality and performance, suitable for applications requiring high resolution and rich color representation. This information serves as a key reference for agencies and organizations responding to government RFPs and grants involving electronic display solutions.
    The document is a detailed parts list for a government procurement initiative involving various audio-visual and communication equipment. It includes components like touchscreen systems, microphones, audio processors, amplifiers, and video displays, sourced from commercial off-the-shelf (COTS) manufacturers. Each item has specifications such as quantity, unit of measure, National Stock Number (NSN), and manufacturer part numbers. The list highlights the government's intention to acquire high-quality equipment for audio-visual installations. Key components listed include a variety of microphones (both wired and wireless), video cameras, media converters, and compatible mounting accessories. The document illustrates a comprehensive plan to enhance communication capabilities, likely in a public service context, by ensuring that the necessary tools are made available. It emphasizes the strategic procurement of standardized and readily available products to maintain functionality within governmental operations, reflecting best practices for efficiency and reliability in public sector equipment acquisition. The structured list suggests a well-coordinated approach to fulfilling the government's needs for audio-visual technology, with a clear focus on integrating energy-efficient, reputable brands that meet operational requirements.
    The document outlines a comprehensive list of audiovisual (A/V) equipment and accessories requested by the government, including specifications, quantities, and manufacturers. The inventory consists of diverse components such as media converters, system controllers, video displays, microphones, audio processors, and matrix switches, markedly focused on supporting audio-visual communications within government facilities. It details the quantity of each item, ranging from singular custom mounts to multiple units of components like microphones and video displays, demonstrating a significant emphasis on enhancing presentation and communication capabilities. The list indicates a requirement for both standard commercial off-the-shelf (COTS) products and custom solutions from various suppliers. The purpose of the document is likely to inform potential vendors of the precise needs for government A/V operations, facilitating structured responses to Requests for Proposals (RFPs). This aligns with government objectives to upgrade and maintain effective technological infrastructures across operations while ensuring compliance with necessary installation protocols.
    The document outlines specifications and features of the FL-640P Floor Box, designed to facilitate cable management in raised access floors. Key features include a lift-off section for easy access to internal cables, a hinged trap door for cable exit, and various options for high and low voltage configurations that make installation adaptable. The box is available in different depths, is UL listed, and includes necessary internal components for quick installation changes. It also provides options for brass or aluminum carpet edging. Furthermore, larger fire-resistant versions of the floor boxes are offered, compliant with UL 263 Fire Resistance Ratings. Knockout specifications and different plate configurations enhance adaptability for various installation scenarios. The file emphasizes the FL-640P's transformable back box design, enabling users to customize and isolate compartments as needed. It concludes with ordering information for various covers and back boxes, highlighting its applicability for government and agency projects requiring flexible telecom infrastructure solutions.
    The document relates to federal and state/local Requests for Proposals (RFPs) and grants, outlining the requirements, processes, and expectations involved in responding to these opportunities. The purpose is to provide potential applicants with guidance on how to prepare and submit proposals effectively, ensure compliance with federal regulations, and enhance their chances of securing funding or contracts. Key points include the necessity for thorough understanding of eligibility criteria, deadlines, and specific evaluation metrics that will be used to assess proposals. The document also emphasizes the importance of clear articulation of project goals, budget justification, and alignment with government priorities. Furthermore, it discusses the significance of collaboration and partnership, encouraging applicants to engage with diverse stakeholders to strengthen their proposals. The overall structure likely consists of guidelines, submission protocols, and a detailed explanation of the review process to facilitate a smooth proposal submission experience. This document serves as a comprehensive resource aimed at improving applicant preparedness and compliance in the competitive landscape of federal and state funding opportunities.
    The document relates to federal and state/local Requests for Proposals (RFPs) and grants, outlining the requirements, processes, and expectations involved in responding to these opportunities. The purpose is to provide potential applicants with guidance on how to prepare and submit proposals effectively, ensure compliance with federal regulations, and enhance their chances of securing funding or contracts. Key points include the necessity for thorough understanding of eligibility criteria, deadlines, and specific evaluation metrics that will be used to assess proposals. The document also emphasizes the importance of clear articulation of project goals, budget justification, and alignment with government priorities. Furthermore, it discusses the significance of collaboration and partnership, encouraging applicants to engage with diverse stakeholders to strengthen their proposals. The overall structure likely consists of guidelines, submission protocols, and a detailed explanation of the review process to facilitate a smooth proposal submission experience. This document serves as a comprehensive resource aimed at improving applicant preparedness and compliance in the competitive landscape of federal and state funding opportunities.
    The document is a combined synopsis/solicitation (FA460024Q0083) for an acoustic study at Offutt Air Force Base, aimed at assessing the impact of replacing carpet with terrazzo flooring in the Atrium and Auditorium. The selected contractor will conduct the study and provide a report detailing the effects on acoustics, including noise mitigation strategies. The solicitation requires offerors to submit a signed quotation, a technical plan addressing the study requirements, and past performance citations from relevant contracts. The process emphasizes the need for SAM registration and specifies deadlines for questions and quotes. The evaluation will focus on price, technical compliance with the Performance Work Statement, and past performance ratings to determine the most advantageous offer. This solicitation reflects the federal requirement for competitive bidding on contracting services while ensuring compliance with applicable regulations and labor standards.
    The 55th Civil Engineer Squadron has issued a Statement of Work (SOW) for an acoustic study in the Atrium and Auditorium of Bldg. 1000 at Offutt AFB, NE, aimed at assessing the impact of replacing existing carpet with terrazzo flooring. The study, expected to last up to 30 days, will analyze both flooring types and propose mitigation techniques to manage noise levels, tailored to the current audio system and a proposed upgrade. The contractor is responsible for providing all necessary work elements, including security clearances, environmental approvals, and equipment configurations. Strict adherence to handling Controlled Unclassified Information (CUI) is mandated, necessitating Non-Disclosure Agreements (NDA) and compliance with specific security protocols. This project underscores the importance of acoustic optimization within military facilities while ensuring adherence to security and operational standards, laid out in the detailed security requirements and compliance obligations. The goal is to ensure the final report informs decisions regarding sound management in these vital spaces.
    Lifecycle
    Title
    Type
    Acoustic Study
    Currently viewing
    Solicitation
    Similar Opportunities
    26 WPS Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the installation of sound transmission code (STC) 49 wooden doors with metal frames at 26 WPS on Nellis Air Force Base, Nevada. The project entails the removal of existing doors, installation of new doors, and ensuring compliance with specified sound transmission ratings, along with the installation of electronic locks and proper sealing. This procurement is crucial for enhancing facility security and sound insulation, with a total small business set-aside under NAICS code 238290. Interested vendors must submit their quotes electronically by September 24, 2024, following a mandatory site visit on September 16, 2024, and must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, contact SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil.
    Carpet and Flooring Replacement - Ellsworth AFB (Re-Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base, is soliciting quotes for the replacement of carpet and flooring at the 89th Attack Squadron, specifically in Building 1008. The project entails the demolition of existing flooring and installation of new industrial-grade carpet and dark gray vinyl tile, with a performance timeline of 60 calendar days from the award date. This procurement is crucial for maintaining operational efficiency and safety standards within government facilities. Interested small business contractors must submit their quotes by September 23, 2024, and direct any inquiries to Jayna Clements at jayna.clements@us.af.mil, with the total contract value estimated at $19 million.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring the safety and efficiency of vehicle inspections at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    50 CONS Carpet on USAF Carpet Program
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of new carpeting in specific rooms (260, 261, and 268) of Building 210 at Schriever Space Force Base in Colorado. This procurement is a firm fixed-price requirement, with a total small business set-aside under NAICS code 314110, specifically targeting carpet and rug mills, and is part of the USAF Carpet Program. The selected contractor will be responsible for removing old carpeting, preparing the floors, and installing Mohawk QB436 Framed Structure: Color 989 Charcoal Carpet Tile, with a mandatory site visit scheduled for September 20, 2024, and quotes due by September 24, 2024. Interested vendors should contact Alejandro Castellanos at alejandro.castellanos@spaceforce.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further details.
    Amendment 00001 - AU HQ Carpet - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for carpet renovation services in Building 800. The procurement involves the complete replacement of carpet, including the provision of necessary materials, labor, and supervision, in compliance with federal and state regulations. This project is part of the government's ongoing commitment to maintaining military infrastructure and is set aside exclusively for small businesses, with a contract award anticipated based on the lowest-priced, technically acceptable quote. Interested contractors must attend a site visit on September 13, 2024, and submit their written quotes by September 20, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    USAF Band Practice Room Modules
    Active
    Dept Of Defense
    The Department of the Air Force is seeking contractors to provide soundproof practice room modules for the USAF Band at Joint Base Anacostia-Bolling. The procurement aims to fulfill the need for various-sized soundproof practice rooms that will accommodate individual members and small group ensembles for regular use. These facilities are crucial for the band’s rehearsal and performance preparation, ensuring a conducive environment for musical practice. Interested parties should contact Roberto Rongavilla at roberto.rongavilla@us.af.mil for further details regarding the solicitation process.
    Fire Alarm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The procurement involves troubleshooting and repairing fire alarm panel faults, replacing a control panel display screen, and procuring fire alarm equipment, with all services to be performed in accordance with the Performance Work Statement (PWS). This initiative is crucial for maintaining the operational integrity and safety of fire alarm systems within military facilities. Interested parties must submit their price quotations and technical approaches by September 26, 2024, and should direct any questions to Morgan Hockaday at morgan.hockaday@us.af.mil or Jacob Saunders at jacob.saunders.3@us.af.mil.
    CC Conference Room AV Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an audio/visual upgrade of the CC Conference Room at Keesler Air Force Base in Biloxi, Mississippi. The project entails the design, installation, and support of a comprehensive A/V system, including a touch panel for user control, ceiling-mounted microphones, quality ceiling speakers, and a UHD IP camera, all while adhering to federal regulations and ensuring user-friendly functionality without internet reliance. This procurement is part of a total small business set-aside initiative, with a site visit scheduled for September 12, 2024, and proposals due by September 19, 2024, at 2:00 PM CST. Interested vendors should direct inquiries to Samantha I. Conger at samantha.conger@us.af.mil or call 228-377-1832.
    FY24 AFLCMC Auditorium Audio Visual - Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the upgrade of the audio-visual (AV) system in the Building 892 Auditorium at Maxwell-Gunter Annex in Montgomery, Alabama. The project involves the installation of a new AV system, including displays, sound equipment, and furniture, while removing the existing system, with specific requirements for wireless microphones, a video wall, and remote conferencing capabilities. This modernization effort is crucial for enhancing the functionality of the auditorium for various military and community events. Interested vendors should note that the solicitation closing date has been extended to September 23, 2024, at 12:00 PM CST, and are encouraged to contact A1C Troy Cournoyer at troy.cournoyer@us.af.mil or William Stallings at william.stallings.1@us.af.mil for further details.
    Amendment 00001 - Carpet Renovation Services - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for carpet renovation services in Building 1400, Montgomery, Alabama. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the existing carpet, ensuring compliance with applicable state and federal regulations, including environmental standards and safety protocols. This renovation is crucial for maintaining the operational integrity and aesthetic standards of the facility, with a completion timeline of 120 days following the issuance of the Notice to Proceed. Interested small businesses must submit their quotes by September 19, 2024, and can direct inquiries to SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.