Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2024 SAM #8191
SOURCES SOUGHT

66 -- Radio Frequency (RF) Anechoic Absorber Chamber Upgrade

Notice Date
4/29/2024 9:32:02 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893624Q0096
 
Response Due
5/14/2024 5:00:00 PM
 
Archive Date
05/13/2025
 
Point of Contact
Brandi Smith, Phone: 7606080281, Scott Hansen, Phone: 7607934451
 
E-Mail Address
brandi.c.smith6.civ@us.navy.mil, scott.c.hansen.civ@us.navy.mil
(brandi.c.smith6.civ@us.navy.mil, scott.c.hansen.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA, intends to procure for the removal and replacement of an existing RF Anechoic Absorber Chamber�s Radiation-Absorbent Material (RAM). Dimension of RF Anechoic Absorber Chamber is 31�W x 28�L x 29�H. Contractor shall supply all the necessary materials including freight, equipment, labor, disposal, and supervision to install the new RAM, excluding any Construction as defined in FAR Subpart 2.101 and FAR Part 36. Requirements will include: The contractor shall remove existing RAM on walls, ceiling, and floor and place into dumpsters supplied by contractor, and properly disposed. The existing RAM shall be removed while minimizing damage to the chambers shielded surface. The contractor shall clean and prepare walls and ceiling surfaces to maximize adhesion of new RAM. Minor cosmetic repairs to surface and/or shielding shall be performed, as necessary. The contractor shall install full coverage of new RAM on all four walls and ceiling using high-strength adhesive. New RAM shall include 12-inch pyramidal RAM on the ceiling and 18-inch pyramidal RAM on the walls. All corners will be treated with corner block RAM. Special attention shall be given during the installation process to ensure the match between adjacent pieces has minimal gaps or overcrowding. Periodic inspections shall be performed by perpendicularly illuminating the surface of the darkened chamber with a collimated light, making sure each are properly aligned prior to adhesive fully curing. Any uncharacteristic gaps or �shiners� shall be adjusted or stuffed to prevent unwanted reflections. The contractor shall clean any debris prior to installation of new 18-inch pyramidal RAM on floor. The floor pieces shall be laid loose and not glued down to enable them to be removable/relocatable when needed. Floor absorber must be RF absorbent rubber coated. The contractor shall build an open walkway with entry steps to be placed at entry door and along south wall of the RF Anechoic Absorber Chamber. The walkway will be approximately 1�H x 2�W x 29�L. Entry steps are approximately 1�9� tall by 3� deep, with two upper 4.5� steps and one final 1� step. The walkway and entry steps shall be built from walkway absorber material. The contractor shall replace 24 existing lights with standard LED fixtures with integral drivers. The contractor shall ensure materials meet all the fire retardancy requirements of NRL Specification 8093 tests 1, 2, and 3, MS-8-21 tests 1, 2, and 3, as well as ASTM E-84-97a, Class A, and UL94 rated HF-1. The contractor shall ensure quality control of absorber manufacture meets ISO-9001 (formerly MIL-1-45208 standards). The contractor shall clean up jobsite removing and disposing of any trash and debris when work is complete. The contractor shall provide project management with government oversight throughout duration of the project in coordination with customer. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893624Q0096 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. This requirement is being advertised under full and open competition in accordance with FAR 6.102. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1397b447ed0f481ba578e2209c7ad693/view)
 
Record
SN07046114-F 20240501/240429230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.