Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

66 -- C2-Engineering to Construct Anechoic Chamber Test Cell

Notice Date
7/24/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017809R3039
 
Response Due
8/14/2009
 
Archive Date
9/14/2009
 
Point of Contact
Phil Makely 540-653-5832 Phil Makely,Voice: 540-653-5832,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Description. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-09-R-3039, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 and DFARS Change Notice 20090115. NAICS Code 541330 applies and the size standard is $4.5 million. CLIN0001 - The Government intends to purchase on a Firm Fixed Price basis one free-standing Anechoic Chamber Test Cell. The test cell shall be built to be consistent with requirements detailed by MIL-STD-461F. The dimensions of the test cell shall be as close as possible to but no larger than 24 feet long by 16 feet wide by 12 feet tall. It shall be located in a specific NSWCDD building designated for anechoic testing purposes. The contractor shall assemble and install all panels, doors, and ventilation. The contractor shall also design, source or fabricate, and install a floor that incorporates provisions for grounding every four feet in all directions resulting in a 4 foot by 4 foot grid of metal attach-points across the surface of the entire floor. The anechoic chamber shall also incorporate a ground rail which will be located in the back corner of the chamber. The exact dimensions and location of the ground rail shall be reviewed, discussed, and agreed upon before installation. The contractor shall also source and install ferrite absorber tiles. The contractor shall install a hybrid absorber that is impedance matched for installation to the ferrite absorber tiles as specified in MIL-STD-461F. Ferrite tile and hybrid absorber area coverage will be up to 100% of the internal surface area of the test chamber. Contractor shall source, provide, and install at least one protective cap for each Hybrid absorber. Chamber dimensions and descriptions are as follows: The chamber is a self supported box within an existing building and assembled onsite by the awardee. Chamber Dimensions are to be as close as possible but no larger than the following: 2 sides 24' x 12'2 Ends 16' x 12'1 Top 24' x 16'1 Floor 24' x 16' 7 Access Panels 18" x 18" shall be installed 40" above the chamber floor. 2 panels shall be installed on the rear wall and each side wall and 1 panel shall be installed on the front (entrance) wall. Specific panel locations will be provided in final discussions and agreed to prior to contract award. Vents shall be placed as follows. Place 1 vent on the left wall of the chamber (as viewed from the front entrance) at floor level in the rearmost corner. Place 1 vent on the front entrance wall in the upper right corner. Double Doors shall be installed as follows. Door 1 (right hand side) - 7' x 3'; Door 2 - (left-hand side) 7' x 4'. Doors shall open outward. Absorber: Ferrite Tiles and 30cm Hybrid Panels - installed on all walls, doors, and ceilings as appropriate. 2 30 amp power line filters shall be provided 4 Spot light power filters shall be provided. The ground rail shall run along the entire length of the back wall and 10' along the right side wall to be used as a ground point for test benches. If further information or clarification is needed, contact the Contracting Office of NSWCDD at the POC e-mail address listed above. NSWCDD requires that the test cell be completely installed no later than 12 weeks after receipt of order. Site visits prior to submission of proposals to view the assembly space shall be arranged by request through the point of contact listed in the information below. Evaluation Criteria for Submissions of Proposals: Offerors shall demonstrate how their proposed product meets the stated specifications. Offerors are requested to submit proposals containing sufficient information to demonstrate their capabilities to supply the anechoic chamber as described in CLIN 0001 above. Manufacturers' technical drawings, lists of technical specifications, brochures, descriptions of assembly procedures, or any other useful information will be considered. Clauses and Provisions The Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. This solicitation incorporates, by reference, the following FAR and DFARS provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial items. Factors used to evaluate offers are: (1) technical capability to meet the Government requirement (2) price (3) past performance. Award will be made to the responsible offeror with the lowest price, technically acceptable offer; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (with selection of elements as required by FAR prescription); DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (with selection of elements as required by DFARS prescription); DFARS 252.225-7000 Buy American Act-Balance of Payments Progr! am Certificate; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. Additionally, DFARS Clause 252.211-7003 entitled "Unit Identification and Valuation" (AUG 2008) will be included in the resultant contract. AWARD: All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The Government will consider proposals from all responsible sources, which clearly evidence capability to provide the anechoic chamber test cell within the required delivery schedule. Delivery of the product is required no later than 12 weeks after delivery of contract. Proposals based upon FOB destination, complete with estimated delivery dates and warranty information, must be submitted via email to phillip.makely@navy.mil NLT 21 days after publication date of this notice, and must reference Solicitation Number N00178-09-R-3039. Closing time and date is 11:59 p.m. on 14 August 2009. Document Type:1. Synopsis/Solicitation Number: N00178-09-R-3039 Combined Synopsis/Solicitation Response Date: 21 Days (Required Field in NECO) Block 17/Description-Synopsis Text:Engineering Services to design and construct an Anechoic Chamber Test Cell. 2. BAA ___N/A____________ 3. Amendment #: _______ Date: ______________Closing Date Changed to: _______ 4. Solicitation: Solicitation #: _________________ Issue Date: ________________ Close Date: ________________ 5. Award Synopsis: CLINS: Synopsis #: Contract #: Contract Award Date: Award Amount: Company Awarded To and Address:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R3039/listing.html)
 
Record
SN01886615-W 20090726/090725000001-6d682186057445d944ca2b1558a2a1f1 (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 |
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.