Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

B -- Radio Frequency Radiation Hazard and Permissable Exposure Limit Survey

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
Reference-Number-HSCG440506DGPS054
 
Response Due
3/22/2005
 
Archive Date
4/6/2005
 
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 the only solicitation. Quotes are being requested and a written document will not be issued. HSCG440506DGPS054 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-20. The applicable NAICS number is 541690. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The FOB Destination delivery is to: US Coast Guard, Portsmouth, VA (C2CEN)on or before:_1 June 05. The USCG, C2CEN has a requirement to purchase: (see Statement of Work below) Company?s quotes should include unit pricing, availability, company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. . FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors -(JAN 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U>S>C637(d) (2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. STATEMENT OF WORK COAST GUARD DIFFERENTIAL GLOBAL POSITIONING SYSTEM PERSONAL EXPOSURE LIMIT AND RADIATION HAZARDS STUDY 1 GENERAL. 1.1 Background: The United States Coast Guard (USCG) operates 84 ground based Differential Global Positioning (DGPS) Radio Frequency (RF) Medium Frequency (MF) broadcast sites, transmitting a Minimum Shift Keying (MSK) signal in the 285KHz through 325KHz frequency range, throughout the Continental United States, Alaska, Hawaii, and Puerto Rico. All of these DGPS broadcast sites emit RF energy that can be harmful to the human body if enough RF radiation is absorbed. The USCG publishes the Commandant Instruction Manual (CIM) 10550.25A, the United States Coast Guard Electronics Manual (EM), which includes Chapter 4.1.10 concerning RF Radiation Hazards (RADHAZ) and Personal Exposure Limit (PEL) criteria as established by Federal Communications Commission (FCC) and Occupational Safety and Health Administration (OSHA) regulations and other Federal safety standards (see References below). Chapter 4.1.10 of the EM declares a standard and generic 25 foot PEL limit for all DGPS sites, regardless of tower height, output RF power, or consideration for unique ground conductivity existing at each site. The government has discovered PEL boundaries to be more or less than the generic 25 foot standard specified in the EM, using RF Personal Monitors (RFPM). The purpose of all tasks outlined in this statement of work (SOW) is to update, correct, simplify, and improve the Coast Guards? RF RADHAZ/PEL policies and safety practices. 1.2 Personnel. 1.2.1 Citizenship: All contractor employees used on this contract shall be citizens of the United States, or if aliens, shall be legal residents of the United States 1.2.2 Employee Identification: In the event a contractor employee is working on-site at any government facility, appropriate identification shall be provided in accordance with government security procedures. 1.2.3 Employee Conduct: The contractor?s employees shall observe and comply with all applicable local and higher regulations, policies and procedures, e.g., fire, safety, sanitation, security, wearing of parts of military uniforms, and possession of firearms. The contractor shall ensure that all its employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States (US), the Department Of Homeland Security (DHS), or the USCG. 1.2.3.1 Removing Employees from Installation for Misconduct or Security: In the event a contractor employee is working at a government site, the Government may, at its sole discretion, direct the contractor to remove any employee from the installation for misconduct or security reasons. Such removal does not relieve the contractor of the responsibility to provide sufficient qualified personnel required for adequate and timely services. 1.2.4 Conflict of Interest: The contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to, cause a conflict of interest. The contractor shall not employ on a part or full time basis an employee of the USCG, uniformed or civilian, unless the USCG has officially approved that employment. 1.2.5 Program Manager: The Contractor shall designate a Program Manager (PM) as a single point of contact for all technical matters on the contract. The name of this person shall be submitted within 10 business days of contract award. This individual will be designated as key personnel in the performance of work under this contract. During any absence of the PM, only one alternate shall serve as the government contact point. The PM, and any designated alternate(s), shall have full authority to act for the Contractor on all contract matters of this contract. The PM and all designated alternates shall be able to read, write, speak and understand English, fluently. 1.2.6 Contractor Prerequisites and Core Competencies: The contractor shall be considered an expert in RF safety as demonstrated by their longevity in the RF safety industry; the contractor shall have no less than 15 consecutive years experience, providing RF safety surveys, analysis, training, and recommendation services to public and government organizations; The contractor shall be fully cognizant of and considered an expert on all FCC, OSHA, and other relevant and current Federal RF RADHAZ and PEL regulations; The contractor shall also be knowledgeable to proficiently conduct RF RADHAZ/PEL survey and analysis services of the USCG?s DGPS systems, referencing the DGPS MF range as noted in para. 1.1 (285KHz to 325KHz). The contractor shall have demonstrated compliance with these required core competencies by providing to the government at least five customer satisfaction letters, dated no later than February 2003, of which at least two must be from government or military organization customers, that shall also include customer feedback relating to the contractor?s proficiency and competency at providing RF RADHAZ/PEL training, survey, and analysis services. 1.3 Government Quality Assurance: The government will evaluate the contractor?s performance under this contract using the task requirements and quality standards in this performance work statement. The contractor?s performance will be evaluated by a Quality Assurance Surveillance Plan (QASP). 1.4 Security Clearances: No special security clearances are required to perform the work under this contract. Contracting Officer (CO): The C2CEN government CO for this SOW is Mrs. Carrie Houck. 1.5 Technical Advisor (TA): The C2CEN government TA for this SOW is CWO3 Eric Shofner. The Alternate C2CEN government TA is LT Chris Treib. 2 SCOPE OF WORK. 2.1 Overview: The Contractor shall perform all tasks specified in Section 5, including all Sub-Sections of Section 5, which includes: (a) a USCG DGPS site survey resulting in a report noting existing RADHAZ/PEL safety practices and recommendations for improvement; (b) an analysis of RFPMs to determine their accuracy and effectiveness for use as a reliable safety tool for technicians at USCG DGPS sites; and, (c) an accuracy, currency, and simplification review of the USCG CIM10550.25A EM, Chapter 4.1.10. 2.2 Technical Changes: None. 2.3 Documentation 2.3.1 Style and Format ? Contractor Original Documentation: The contractor shall provide two paper copies, and one electronic copy of all documents, study analysis, third party references, and recommendations as required here-in. All contractor originally generated documents shall be developed using Microsoft Word version 2000 or later. Electronic copies shall be via CD-ROM media. All CD-ROM media shall be clearly marked/labeled and stored in a standard CD-ROM jewel case. If spreadsheets or electronic slideshows are provided, they shall be developed using Microsoft applications, version 2000 or later, which includes Microsoft Excel 2000, Microsoft Power Point 2000, Microsoft Word 2000, etc. 2.3.2 Style and Format ? Third Party Documentation: Third party documents, (i.e., Federal Regulations, standards, or references) shall be delivered to the government as required herein, in both paper and electronic formats. Third party electronic Federal Regulation or Standards shall be provided via authorization by the originating Federal Regulation or Standards offices in Adobe Acrobat .pdf format. The contractor shall provide the electronic copy via CD-ROM in a marked and labeled jewel case. Two paper and one electronic copy of Third party documentation shall be delivered to the government where specified herein. The contractor shall combine all third party standards and reference paper copies in three ring binders, using as many binders as is necessary. The contractor shall deliver two sets of binders, one per each set of standards and references, to the government. 2.3.3 All data and statements made shall not be released for public review except by the express written consent of the TA, or CO. All contractor furnished items (CFI), recommendations, final reports, and all other contractor required delivery items are and shall remain the perpetual sole property of the government. 3 GOVERNMENT FURNISHED PROPERTY (GFP). The government shall provide one or more RFPMs for evaluation and comparison with other equivalent COTS RFPMs as outlined in para. 2.1 above. Also, the government shall provide one electronic copy, in Adobe Acrobat .pdf format, of USCG CIM10550.25A Electronics Manual for evaluation as noted in para. 2.1 above. 4 CONTRACTOR FURNISHED ITEMS (CFI). 4.1 The contractor shall furnish any item (software or hardware) required to perform this contract except as specified as GFP listed in Section 3. 5 SPECIFIC TASKS. 5.1 TASKS. 5.1.1 SOW MANAGEMENT. The contractor shall be responsible for coordinating all associated SOW tasks with the CO, or their designated alternate. 5.2 DELIVERABLES. 5.2.1 Site Survey Analysis and Recommendations. 5.2.1.1 The contractor shall conduct an RF RADHAZ/PEL survey of the Pigeon Point California USCG DGPS site, to include taking RF RADHAZ/PEL measurements in the near field of the DGPS broadcast tower and automatic tuning unit (ATU); evaluate existing PEL boundaries, fencing, RF safety signage, site grounding and RF shielding practices; and suitability for the use of RFPMs. 5.2.1.2 The contractor shall include recommendations in their USCG DGPS site RF RADHAZ/PEL survey report indicating the ideal RADHAZ/PEL boundary safety fence material, fence grounding and bonding practices, and fence height for use at USCG DGPS sites. Also, the contractor shall report the RF shunting characteristics of fencing material, inclusive of but not limited to: fiberglass, wood, plastic, galvanized chain-link, and their particular fencing characteristics and impacts to RADHAZ/PEL boundaries at USCG DGPS sites, with frequencies between 285KHz and 325Khz, and with a maximum forward output power setting of 1000 watts. The USCG DGPS site survey report shall also recommend PEL boundary fencing installation distances from the antenna and adjacent Antenna Tuning Unit (ATU), reflecting the shunting characteristics of each fence material type. 5.2.1.3 The contractor shall report all Federal regulations and standards (ref. para. 2.3.2) outlining guidance, requirements, and restrictions associated with storage and use of flammable materials near RF rich fields; specifically, as these Federal requirements and restrictions apply to USCG DGPS broadcast sites operating in the frequency range and with forward output power settings as noted in para. 5.2.1.2, and where some USCG DGPS sites have flammable storage co-located with portable or fixed gas-powered electric generators, and where the flammable fuel is either propane, unleaded, or diesel gas. The contractor shall provide paper and electronic copies of all Federal or other legally binding and applicable references and standards cited in the subject report as stated in para. 2.3.2. 5.2.2 GFP RFPM Analysis and Recommendations. 5.2.2.1 The contractor shall evaluate no more than three GFP RFPMs for: accuracy, reliability, durability, and recommended operation. The contractor shall compare and contrast the GFP RFPMs with up to three equivalent COTS RFPMs (not GFP) and provide recommendations for their usefulness as PPE by technicians in or near DGPS site RF fields. The contractor shall compare and contrast the GFP RFPM(s) tested and specification data with no more than three other non-GFP COTS RFPM specification data gathered from market research, or data gathered from past experience with other equivalent COTS RFPMs. Purchase of non-GFP RFPMs is authorized at the contractor?s own expense. The government will not reimburse the contractor for non-GFP RFPMs purchased by the contractor in their effort to comply with the terms of this SOW (see para. 4.1). The contractor shall provide USCG CIM 10550.25A EM inclusion/omission recommendations regarding RFPM PPE as: mandatory, optional, or not recommended for use by technicians. If the contractor recommends the use of RFPMs, the contractor shall include recommended RFPM operating instructions, if and when they enhance the proper safe use of RFPMs by technicians, and, if and when such enhancing operating instructions are non-existent in the original equipment manufacturer?s (OEM) RFPM operating instructions. The contractor shall provide applicable Federal safety regulations requiring or restricting RFPM use in RF rich environments in accordance with para. 2.3.2, specifically relating to USCG DGPS site specifications as referenced in para. 5.2.1.2. 5.2.3 CIM 10550.25A Electronics Manual Evaluation and Simplification Recommendations. 5.2.3.1 The contractor shall review the GFP CIM 10550.25A EM, Chapter 4.1.10 RF RADHAZ/PEL instructions, and provide RF safety general and DGPS specific recommendations to: update the instruction, citing current and updated specific data and references to be included in the instruction; and, identify and provide instruction simplification recommendations, making the instruction more easily understandable by entry-level electronic technicians. The contractor shall also deliver to the government copies of all updated references in accordance with para. 2.3.2. 5.2.4 Final Report and Recommendations. 5.2.4.1 The contractor shall provide a final report, complying with document format and style as specified in para. 2.3.1, that shall include: a review of current RF RADHAZ/PEL practices specific to USCG DGPS broadcast sites; evaluation and recommendation from the single DGPS site survey, citing recommended changes to equipment, practices, fencing, and any others; recommended changes to USCG RF RADHAZ/PEL policy; and recommended procedures for PEL surveys conducted by government personnel during new USCG DGPS site installations. The contractor shall deliver the final report and recommendations at a formal final delivery meeting at the USCG C2CEN Portsmouth Virginia facilities, as specified in para. 6.4, which shall include a Microsoft Power Point presentation highlighting all contractor recommendations and analysis findings. 6 DELIVERY SCHEDULE 6.1 Contract Award Kick-Off Meeting: The government CO, TA, and contractor PM representatives shall attend a formal contract award kick-off meeting no later than 14 calendar days after date of contract start date, at the USCG C2CEN Facilities in Portsmouth Virginia (4000 Coast Guard Boulevard, Portsmouth, VA 23703). Specific date and time of the kick-off meeting TBD, pending contractor selection and specific contract award date. 6.2 DGPS Site Survey Deadline: The contractor shall conduct a DGPS site survey at the Pigeon Point California USCG DGPS site no later than 14 calendar days after the date of the formal contract award kick-off meeting. The government shall coordinate DGPS site access and will provide a government representative to be present with the contractor representative(s) during the site survey. 6.3 Document Draft and Site Survey Analysis Review Deadline: The government TA and contractor PM representative(s) shall attend a document draft and site survey analysis review meeting at the government?s USCG C2CEN Portsmouth facilities in Portsmouth Virginia, no later than 45 calendar days after the contract award date. The purpose of this meeting is to allow the government and contractor representatives to clarify questions by either party regarding site survey and document analysis efforts. The government CO may also be in attendance at this meeting. 6.4 Final Report Delivery Meeting and Deadline: The contractor shall deliver all final reports, site survey analysis, USCG CIM10550.25A Electronics Manual Chapter 4.1.10 update and simplification recommendations, and RFPM evaluation recommendations, via printed and electronic media as specified in para. 2.3.1, in person at the USCG C2CEN Portsmouth Virginia facilities no later than 45 calendar days after the document draft and site survey analysis review meeting referenced in para. 6.3. The contractor shall deliver all CFI at the final report delivery meeting, and shall present a Microsoft Power Point presentation explaining all recommendations and DGPS site survey analysis findings during the meeting, as specified in para. 4.1, 4.1.2, and 5.2.4.1. 7 DEFINITIONS. ATU: Automatic Tuning Unit C2CEN: Command and Control Engineering Center CFI: Contractor Furnished Items CIM: Commandant?s Instruction Manual Contractor: The term ?contractor? as used herein refers to the prime contractor and sub-contractors CO: Contracting Officer COTS: Commercial Off the Shelf DGPS: Differential Global Positioning System DHS: Department of Homeland Security EM: Electronics Manual FCC: Federal Communication Commission GFP: Government Furnished Property Government: Any U.S. Department of Homeland Security or U.S. Coast Guard representative KHz: Kilo Hertz MF: Medium Frequency MSK: Minimum Shift Keying OEM: Original Equipment Manufacturer OSHA: Occupational Safety and Health Administration PEL: Personal Exposure Limit PM: Program Manager PPE: Personal Protective Equipment QASP: Quality Assurance Surveillance Plan RADHAZ: Radiation Hazard RF: Radio Frequency RFPM: Radio Frequency Personal Monitor SOW: Statement of Work TA: Technical Advisor TBD: To Be Determined US: United States (of America) USCG: United States Coast Guard 8 REFERENCES. In the event of a conflict between this work statement and the references cited herein, the text of this work statement takes precedence. Nothing in this document supersedes applicable laws and regulations unless a specific exemption has been obtained. a. Radio Frequency Radiation Hazards, NAVSHIP 0900-005-8000 b. Protection of DoD Personnel from Exposure to Radio frequency Radiation and Military Exempt Lasers. Encl: 4, 5, 6, 7, DODINST 6055.11 c. Federal Communications Commission OET Bulletin 65 (Edition 97-01); Evaluating Compliance with FCC Guidelines for Human Exposure to Radio frequency Electromagnetic Fields; Federal Communications Commission, Office of Engineering & Technology; August 1997 d. Federal Communications Commission OET Bulletin 56; Questions and Answers about Biological Effects and Potential Hazards of Radio frequency Electromagnetic Fields (Fourth Edition, August 1999). e. National Association of Broadcasters Engineering Handbook 9th Edition; editor Janet H. Elliot, National Association of Broadcasters, 1999. f. USAFSAM-TR-85-73 Technical Document; Radio frequency Radiation Dosimetry Handbook (Fourth Edition) - Carl H. Durney, Habib Massoudi, Magdy F. lskander, Electrical Engineering Department, University of Utah; (October 1986) g. Summary of Coast Guard RADHAZ Tasks (RADHAZ Surveys, RADHAZ Follow-up visits and RASP visits); Dept. of Navy, NISE East Detachment Norfolk; 1989 h. Electronics Instruction and Maintenance Bulletin - General; Commander, Naval Sea Systems Command, NAVSEA SE000-00-EIM-100 i. Volume 1; Technical Manual Electromagnetic Radiation Hazards (Hazards to Personnel, Fuel and other Flammable Material); Dept. of Navy, Commander Naval Sea Systems Command, NAVSEA OP 3565/NAVAIR 16-1-529/NAVELEX 0967-LP-624-6010 j. Navy Occupational Safety and Health Program Manual, OPNAVINST 5100.23 (series) k. USCG Commandant?s Instruction Manual 10550.25A Electronics Manual (Chapter 4.1.10 RF Radiation Hazard). l. Navigation Center (NAVCEN) Alexandria Website: http://www.navcen.gov m. NAVCEN DGPS Site Status Website: http://www.navcen.uscg.gov/ADO/DgpsSelectStatus.asp
 
Place of Performance
Address: 4000 Coast Guard Blvd, Portsmouth, VA
Zip Code: 23703
 
Record
SN00760748-W 20050304/050302211533 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.