Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOURCES SOUGHT

99 -- Engineering Services (Radio Frequency and Acoustic Shielding Test Consultant)

Notice Date
11/22/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SALMEC-03-R-0013
 
Archive Date
1/26/2003
 
Point of Contact
William Zlater, Contract Specialist, Phone 7038756285, Fax 7038756292,
 
E-Mail Address
zlaterwl@state.gov
 
Description
Engineering Services (Radio Frequency and Acoustic Shielding Test Consultant) The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Bureau of Overseas Buildings Operations (OBO), anticipates issuing Basic Ordering Agreements (BOA) with four or more qualified firms or teams to provide radio frequency (RF) and acoustic test consultants on a short or long-term basis. Testing is for RF and acoustic shielding at new or renovated buildings at various overseas locations. The government will be obligated only to the extent of authorized purchases actually made under the BOA through issuance of a signed 1089 or an Optional Form 347 signed by the Contracting Officer. The successful firm(s) shall provide inspection and testing services of RF and acoustic shielding installed by the designing and installing contractor to ensure full and complete compliance with the statement of work and applicable specifications. The required services are not a substitute for the designing and installing contractors own inspection and testing, but merely a check for compliance. A test plan will be prepared and tailored based on site-specific drawings and information provided by OBO. All test equipment and tools needed to complete the testing will be provided by the successful offers(s). For performance of this BOA, the following personnel will be required: A. The Contractor shall provide a test engineer with a minimum of five (5) years, within the past seven (7) years, of relative experience developing RF and acoustic test plans and certified test reports. in addition to the relative experience requirements in paragraph C below. B. The Contractor shall provide a test engineer with a minimum of five (5) years, within the past seven (7) years, of relative experience conducting RF and acoustic testing of shielded enclosures (SE), utilizing test procedures and test equipment similar to those mentioned in this announcement. C. The Contractor shall be capable of providing RF and acoustic test equipment for testing in accordance with NSA Specifications 65-5, 94-106 (superseding 65-6), 73-2A; MIL-STD-220A; ASTM E336 ? 90, ground isolation testing, and power/signal line isolation testing. D. The Contractor shall be capable of providing test personnel who can assess RF and acoustic deficiencies and recommend solutions for bringing the RF and/or acoustic SEs up to specification. The successful offeror, including entities which comprise joint ventures, must possess or be capable of obtaining minimum of Top Secret facility security clearances. Security clearances are issued in accordance with the National Industrial Security Program Operational Manual, DOD 5220.22-M, prior to contract award. Safeguarding capability for Secret classified information will also be required. Personnel performing on this contract will be required to possess minimum of Secret (Top Secret at some locations) personnel security clearances issued by the Defense Security Service. The DOS will sponsor the selected firms for a clearance. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria ? (100 points maximum): A. Professional qualifications necessary for satisfactory performance of the required services. This includes, but is not limited to, the education, experience and special qualifications knowledge of NSA Specifications 65-5, 94-106 (superseding 65-6), 73-2A; MIL-STD-220A; ASTM E336 ? 90, ground isolation testing, and power/signal line isolation testing? 30 pts; B. Specialized experience and technical competence in the type of work required, including experience in the use of signal generator, preamplifier, Portable Attenuation Measurement System (PAMS), spectrum analyzer, Shielding Integrity Monitoring System (SIMS), Euroshield (RF Leak Detector Attenuation Meter), and an assortment of E-Field, H-Field, Planewave and Microwave antennae. - 20 pts; C. Capacity to accomplish the work in the required time. This includes sufficiency of staff and technical resources available for this contract and not committed to other contracts; the firm's current and future workload; the ability to accomplish the work with minimum oversight by DOS; an Organization Plan; an Internal Quality Assurance Plan which includes key personnel and their responsibilities and identification of the primary office that will have responsibility for projects and the staff assigned to that office by discipline? 15 pts; D. Capability to provide personnel competent to assess: semi-automatic electro-mechanical, automatic electro-mechanical and manual RF and/or acoustical shielded doors; building RF and/or acoustical shielding systems, penetrations; and making recommendation(s) for long term maintenance of the building RF and/or acoustical shielding system. The Contractor shall be capable of providing test personnel who can assess RF and/or acoustical deficiencies and recommend solutions for bringing the SE(s) up to specification. ?15 pts; Past performance on contracts in terms of cost control, quality of work, and compliance with performance schedules. (Although previous or ongoing performance of a similar U.S. Government contract is not a requirement for firms responding to this solicitation, if such contracts have been performed, the offeror must have performed at a satisfactory level, at a minimum). For each project identified in the responses to evaluations criteria, provide the name, address, and current telephone number of client representative and identify which members of the firm participated in the project ? 10 pts; E. Capability to provide a test facility, by subcontractor if necessary, where any component used on/for an RFASE, including, but is not limited to: RF and/or acoustical doors, duct silencers, RF/acoustical panels, isolation transformer, motor generator set, power filters, fiber optic systems, chilled water penetrations, sprinkler penetrations and air vents may be tested for compliance with the aforementioned specifications, standards and this SOW-5 pts; G. Capability of evaluation of test equipment owned by OBO and making recommendations for adapting and/or modifying in order to meet specified standards. Capability to provide RF and/or acoustical testing procedures training to DOS personnel utilizing test methods and procedures in accordance with aforementioned codes and standards. 5 pts; Each evaluation factor must be addressed under a separate heading. Firms which are short listed will be required to submit a sample test plan for testing RF and/or acoustical shielded enclosures installed at United States missions overseas.
 
Place of Performance
Address: U.S. Department of State, OBO/PE/DE/EEB, 1701 N. Ft. Myer Drive, Arlington, Virginia 22219
Zip Code: 22219
Country: USA
 
Record
SN00209793-W 20021124/021122213202 (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  © 1994-2020, Loren Data Corp.