Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2012 FBO #3868
SOLICITATION NOTICE

Z -- Refurbish Anechoic Chamber

Notice Date
6/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAB2152A001
 
Archive Date
7/27/2012
 
Point of Contact
Jessica L. Rodgers, Phone: 5058464547, Julia E Johnson, Phone: 5058464904
 
E-Mail Address
jessica.rodgers@kirtland.af.mil, julia.johnson@kirtland.af.mil
(jessica.rodgers@kirtland.af.mil, julia.johnson@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is 100% set aside for SMALL BUSINESS. The NAICS Code for this synopsis/solicitation is 238310, Drywall and Insulation Contractors, Size Standard $14.0M. Solicitation/Purchase Request Number F2KBAB2152A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012 The Government intends to award one contract with one contract line items (CLINs) CLIN 0001.: Item 1: Anechoic chamber made of S81 (sandwich board) construction of 10' tall panels with most panels 4' wide and a few cut narrower. The inner chamber dimension is roughly 10' tall by 15' wide by 23' long. There are 2 personnel doors, 1 with 3 hinges and the other with 2 hinges. The panels are coupled together with "hats and flats" metal strips with Unistrut structural support. Currently the chamber utilizes standard 18" absorber. The chamber is used for measurements at 500MHz and up. The chamber has two 2'x2' honeycomb ventilation panels and one 1'x1' honeycomb ventilation panel. Specifications: 1.) Remove old anechoic material. • Old Material is held in with Velcro straps glued to the chamber walls and backing plates on the 18" anechoic cones. • Disposal/disposition of old materials will be provided by AFRL. 2.) Test chamber isolation. Desire sealing the chamber to 80dB of isolation from 500MHz to 18 GHz. • R&S ZVA40 Vector Network Analyzer is available for contractor use. • 80dB shielding from 500MHz to 18GHz (Absolute minimum of 60dB). • 2 doors shall have new finger stock installed and knife edges cleaned. • 2 spare door refurbishment kits for future repairs are required in addition to materials used for the current refurbishment. 3.) Install lighting into the chamber through already installed filters and standard j-boxes. • Low observable is a must since the chamber is relatively small. • LED lighting. • Fixture method is up to vendor. • Wiring and j-box only installed. 4.) Install new anechoic material into the chamber. • Chamber utilized for 500MHz and higher frequency testing. • The chamber is approximately 15' wide x 24' long x 10' tall. • 3 ventilation ports require ventilation cones. Two 2'x2' vent panels and one 1'x1' vent panel. • 18" cones on walls and ceiling. • 18" walkway cones for the entire floor surface. • Outdoor/ruggedized materials required for doors and the first row around doors and 2 patch panels. • 10% spare 18" cones, not walkway, are required for future repairs. OR EQUAL All of the products above are required to be new. The government will not accept refurbished, previously owned, previously used, or damaged merchandise. QUANTITY: UNIT OF ISSUE: Lot DESIRED DELIVERY DATE: 30 July 2012 FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: In accordance with the FAR 13.106-1(a)(2), Soliciting Competition, Offerors are notified that award will be be based on the lowest price technically acceptable. FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Alt I- Offeror Representations and Certifications-Commercial Items; 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. [in paragraphs (b) and (c) the following clauses apply 52.204-10; 52.209-6; 52.219-1; 52.219-4; 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.239-1]; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price)(Short Form)., FAR 52.233-1, Disputes; FAR 52.333-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-1- Solicitation Provisions Incorporated by Reference; FAR 52.252.2- Clauses Incorporated by Reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFAR 252.204-7003, Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A, Central Contractor Registration; DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFAR 252.211-7003 Alt I- Small Business Program Representations; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: 252.203-7000, 252.225-7001, 252.232-7003, and 252.247-7023 Alt III]. DFAR 252.225-7000 Buy American Act - Balance of Payments Program Certificate, DFAR 252.225-7002 Qualifying Country Sources as Subcontractors, DFAR 252.223-7008 Prohibition of Hexavalent Chromium; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.239-7000, Protection Against Compromising Emanations; DFAR 252.243-7001, Pricing of Contract Modifications. AFFAR 5352.201-9101 Ombudsman. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. A mandatory site visit is scheduled for 6 July 12 at 9:00 a.m. (Mountain Time) Vendors interested in attending the site visit must E-mail their intent to jessica.rodgers@kirtland.af.mil by 3 July 12 at 12 Noon (Mountain Time). All quotes are due no later than 12 July 2012 at 12:00 noon (Mountain Time). Quotes may be E-mailed (preferred) to jessica.rodgers@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Jessica Rodgeres, 2000 Wyoming Blvd., SE, Bldg 20604, Rm B-22, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Jessica Rodgers. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAB2152A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02785400-W 20120627/120625235342-9542b4d251a2d45dc48555eadc40733b (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.