Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
MODIFICATION

66 -- Anechoic Chamber

Notice Date
5/28/2003
 
Notice Type
Modification
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, DC, 20554
 
ZIP Code
20554
 
Solicitation Number
SOL03000017
 
Response Due
6/6/2003
 
Archive Date
6/21/2003
 
Point of Contact
Mary Bettencourt, Contracting Officer, Phone 202-418-0932, Fax 202-418-0237,
 
E-Mail Address
mbettenc@fcc.gov
 
Description
DESC: 1. This is a modification to Solicitation Number SOL03000017, posted in FedBizOpps on 1 May 2003. The proposal closing date and time is extended to Friday, June 6, 2003 at 4:00PM EST. 2. Due to the heightened level of security at the FCC 12th Street location, all proposals must be delivered to the FCC Warehouse, 9300 Hampton Drive, Capital Heights, MD 20743, Attn: JoAnn Summers by 400PM EST, 6 June 2003. 3. Proposals are to be submitted in the following format: One (1) original technical and cost proposal and three copies of the technical proposal without cost. 4. The following questions were submitted by a vendor in response to Solicitation Number SOL03000017. Q ? Please provide the ?R? value of the existing insulated siding on the building exterior. If this is not obtainable, please provide the desired ?R? value for the new construction. A - The insulated exterior wall panels on the existing building were replaced in the early '80s, and we have been unable to locate any records of that contract. We have no idea of the actual R value of the panels. We know only that they are 2"-thick steel-skinned panels filled with insulating foam. We specified in the SOW that the new enclosure be insulated in accordance with the prevailing local commercial code for this type of structure. Vendors engaged in commercial construction should contact the appropriate office in Howard County to determine the code-required insulation value. Q - Are there specifications for the original construction of the existing building? If so, please provide. A - We have one complete set of the original construction drawings of the existing building... no specifications document. Q - Is there a ?geo-technical report? available at the site? Is there any available information concerning the water table? Is the site in a ?flood plain?? A - There exists no "geo-technical report" for the site. We know that the site is not in a flood plain, but we have no specific information on the water table (although we do know that there have been no water table problems in the 29 years since the existing building was built). The grade level existing building is also 6' to 8' above the grade at the septic drain field. This would indicate that the water table is not a concern. The drawings for the existing building contain the notation: "Soil Boring Data indicate safe soil bearing to be 3000 P.S.F." If a vendor feels that additional soils testing is necessary, then that should be a part of the proposal. Q - Please indicate what date the owner will have ?Miss Utility? inspect and mark the site. A - Miss Utility has been contacted and all utilities will be marked by 5/29. Vendors were apprised of approximate locations of buried lines during the site visit. Q - The time specified in the bid documents only allows 90 days. This is not sufficient to hire an architect/structural engineer, prepare construction drawings showing electrical, mechanical, concrete, structural building, soils testing, fabrication, installation, etc. of just the ?general construction?. Time should be allowed for a genuine and properly constructed RF shield and anechoic treatment. This is not the type of project that should be hastily constructed. A period of 120 days as a minimum to a more paced schedule would allow 150 days. This is not excessive for all that is required to build this type of facility. A - The solicitation specifies a completion schedule of 16 weeks (112 days) after date of contract, not 90 days. This was based on estimates of 12 to 14 weeks construction time.{END OF CHANGES} This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. SOL03000017 is a Request for Proposal and incorporates provisions/clauses are those effect through Federal Acquisition Circular 2001-13. FAR 52.212-1 Instructions to Offerors ? Commercial Items (Nov 1999) Incorporated by Reference FAR 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and factors considered. Evaluation critera can be found at http://www.fcc.gov/omd/contracts/pre-awardA complete copy of the provisions at FAR 52-212-3, Offer Representations and Certifications-Commercial Items shall be included with the Offeror?s RFP, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and FAR 52-212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items. The Federal Communications Commission Laboratory, 7435 Oakland Mills Road, Columbia, Maryland 21046., seeks to acquire a 3-meter, semi-anechoic electromagnetic compatibility (EMC) test chamber and associated equipment to be finished and installed adjoining its existing main building on a turn-key basis. Construction of an enclosing structure with HVAC and electrical distribution system is included as part of the contract scope. Facility will be used for radiated EMC limits compliance testing and both radiated emissions and immunity measurements associated with research projects. Finished facility is to be tested for compliance with ANSI C63.4, IEC 61000-4-3, and MIL-STD-285 standards. FCC envisions needing this equipment by October 2003 for use in November 2003. All questions should be e-mail to Ms. JoAnn Summers at Summers@fcc.gov, no telephone requests will be honored. Schedule: The facility must be completed, cleaned, tested, and ready for FCC use within 16 weeks from date of contract. Vendor Qualifications: The prime contractor is required to be a company possessing demonstrated expertise in, and regularly engaged in providing, anechoic test environments for the electromagnetic compatibility (EMC) testing community. Site: The facility will be constructed on a site immediately adjoining the east wall of an existing laboratory room (Room 112 ) of the FCC Laboratory?s main building (e-mail Summers@fcc.gov for a copy of the site drawing). The site is level, clear, unobstructed and unpaved. The soil has been undisturbed for at least 29 years, and is thought to be of good load-bearing quality. Visits to inspect the site will be on May 9, 2003 at 10:00a.m eastern time. Please e-mail Summers@fcc.gov before date of visit if you plan to attend. Minimum Configuration: The vendor shall be required to design, furnish to the site, install, and test a turn-key facility, ready for immediate use by the Government, consisting of at least the following major elements: Shelter structure, RF-shielded enclosure, RF-shielded access door, RF absorbers, Raised floor/ground plane, Turntable, Measurement antenna mast, Controllers and cabling for turntable and mast, Heating, ventilating and air-conditioning (HVAC) system, Lighting Filtered electrical distribution and wiring, and 12. Fire suppression system. Overall RF Performance Minimum Requirements: The facility shall meet or exceed the following requirements: Normalized Site Attenuation (NSA) requirements of ANSI Standard C63.4 (2000) with a 2 m diameter x 2 m high cylindrical compliant test volume (swept test method). Field Uniformity requirements of IEC Standard 61000-4-3 over a 1.5 m x 1.5 m area Shielding Effectiveness requirements of MIL-STD-285. The vendor shall provide independently verifiable testing of the facility to the above requirements, with a detailed test report to the Government, prior to acceptance. Minimum Requirements for Each Major Element: Shelter Structure -The shelter structure providing environmental protection to the anechoic chamber shall be, at minimum, a pre-engineered, commercial-grade metal building sharing a common wall with the existing FCC Laboratory building. The foundation and footing construction shall be standard concrete slab-on-grade complying with prevailing local building codes. Testing of soil to ensure adequate foundation design shall be the responsibility of the Contractor. The structure shall fully comply with all prevailing local building codes for commercial structures, including but not limited to, requirements for seismic, snow and wind loading and thermal insulation. The shelter shall be sized appropriately, and have appropriate personnel doors to provide adequate access to all chamber penetration points and mechanical systems for ease of maintenance and modification. The shelter shall have an exterior wall color that matches or complements the color of the adjoining existing building. RF-Shielded Enclosure -The RF-shielded enclosure shall provide a minimum clear height, with absorbers installed, of at least 18 feet above the ground plane. It shall have appropriate penetrations for HVAC ducts, wiring and cabling, and any fire suppression plumbing that maintain the specified shielding effectiveness. Appropriate connector panels shall be provided for cable and waveguide connections to equipment inside the chamber to allow flexibility for various test configurations. One unassigned, 1-1/2-inch minimum diameter pipe penetration with cap, located in a non-critical area, shall also be provided. RF-Shielded Access Door - An RF -shielded access door with a clear opening of at least 4?-0? wide by 7?-0? high shall be provided in the wall adjoining Room 112. The door shall maintain the specified shielding effectiveness when closed, and shall be provided with a safety interlock switch to control power to any RF amplifier used in immunity testing. Any ramp necessary to allow equipment cart access to the chamber floor shall be provided. A door maintenance kit containing supplies and instructions necessary to maintain the shielding effectiveness and proper operation of the door shall be provided. RF Absorbers - RF absorbers affixed to the interior surfaces of the shielded enclosure shall provide the specified NSA performance for radiated emissions testing over the frequency range from 30 MHz to 18 GHz. Removable absorbers shall also be provided for floor placement to allow the specified performance for immunity measurements from 26 MHz to 18 GHz. As general chamber utility above 18 GHz is desired, documentation of the theoretical performance of the absorbers to 40 GHz shall be provided. Raised Floor/Ground Plane - The metallic floor/ground plane of the chamber shall be raised sufficiently above the foundation slab to allow flush mounting of the turntable and to allow easy routing of, and access to, cabling. Access panels shall be provided where appropriate, and designed to maintain electrical continuity of the ground plane. The ground plane shall allow for Government installation of two Line Impedance Stabilization Networks (LISNs) below the ground plane immediately adjacent to the turntable, with appropriate access. Appropriate connector panels shall be provided near the antenna mast location. The entire ground plane shall be covered with a commercial-grade, 1/8?-thick vinyl floor tile. Turntable - A turntable of at least 2 m in diameter, with a distributed load capacity of at least 2,000 pounds shall be furnished and installed. The top surface of the turntable shall be metallic, equipped with a perimeter brush kit to maintain electrical continuity with the ground plane, and shall be installed flush with the ground plane. At least two 120 VAC, 20 A outlets and one 240 VAC, 30 A outlet for DUT power shall be installed in a removable panel in the center of the turntable. The turntable shall be remotely controlled and be capable of continuous rotation in either direction. The DUT outlets shall be wired so as to be switched from the remote control location. Measurement Antenna Mast - A motorized antenna mast, capable of positioning the center of a measurement antenna at any height between 1 m and 4 m above the ground plane in both horizontal and vertical polarization, shall be provided. The mast/positioner shall provide remote control of antenna height, polarization, and boresiting. The mast/positioner shall be substantially constructed of plastic, nylon, fiberglass or similar non-reflective materials. Any substantial metallic components shall be positioned close to the ground screen. Controllers and Cabling for Turntable and Mast - At minimum, the turntable and mast manufacturers? standard remote controllers shall be furnished and installed at a control position located in Rm. 112 adjacent to the chamber. The mast and turntable controllers may be combined in the same unit. All necessary control cabling shall be furnished and installed. Heating, Ventilating, and Air-Conditioning (HVAC) System - A high-efficiency electric heat pump shall be furnished and installed, capable of maintaining temperature throughout the chamber to a tolerance of +/- 2 degrees F. over an outside ambient temperature range of 0 to 100 degrees F. A thermostat shall be installed in the chamber in such a manner that the cabling penetrations do not compromise the shielding effectiveness. The heat pump air handler shall be equipped with auxiliary resistive heating elements. Lighting - Lighting fixtures shall be furnished and installed to provide even illumination sufficient to allow reading of a printed page anywhere within the chamber. The lighting fixtures and lamps shall be of a type that does not produce RF emissions within the usable frequency range of the chamber. Filtered Electrical Distribution and Wiring - All electrical distribution circuits supplying the chamber, including lights, outlets (DUT and convenience) and equipment within it shall be equipped with UL-approved RF power line filters of sufficient current capacity for the relevant load, with filtering applied to both current-carrying conductors. Distribution wiring and fixtures shall be furnished and installed in compliance with the latest edition of the National Electrical Code, utilizing the spare circuit capacity of the existing electrical distribution panels located in the FCC Laboratory?s mechanical room (immediately adjacent to Rm. 112). Electrical conduit capacity sufficient to allow the Government to easily pull additional cables in the future to power large DUTs shall be provided between the Laboratory?s mechanical room and the area beneath the ground plane. Sufficient 120 VAC convenience outlets to power ancillary and cleaning equipment shall also be installed. Fire Suppression System - If required by local codes for commercial facilities of this nature, a compliant fire suppression system shall be furnished and installed. Appropriate dielectric breaks shall be installed in any plumbing penetrations into the shielded enclosure. Additive Alternates: Technical and cost proposals are also sought to add the following elements to the basic requirement for a turn-key semi-anechoic chamber facility: Shielded Control Room - Furnish and install a 120-sq.-ft. shielded control room immediately adjacent to the chamber within the confines of Rm. 112. Lighting, electrical distribution, and suitable shielded tunnel and connector panel to the chamber shielded enclosure shall be included, as well as a shielded personnel door and adequate ventilation facilities. Closed Circuit Television (CCTV) Monitoring System - Furnish and install a CCTV system, hardened to withstand electric fields of 100 V/m, minimally consisting of one color camera, one remotely controlled ceiling camera mount with controller, one 13-in. diagonal (nominal) color video monitor, all interconnecting cabling, appropriate RF filters, and appropriate shielded enclosure penetrations. Technical Documentation - In general, the technical proposal shall contain adequate descriptions and specifications of all the required elements of the proposed facility to allow the Government to fully evaluate compliance with the minimum requirements contained herein, as well as to fully evaluate quality and proposed features that exceed the minimum requirements. At minimum, this documentation should include: General description of the configuration of the proposed facility, including dimensions and proposed locations of the major components. Description of proposed site preparation, soils testing, and foundation slab design. Description of proposed enclosing structure, including roof and wall panel materials, finishes, and warranties; thermal insulation properties, and structural loading design parameters. Warranted RF performance of the chamber for both emissions and immunity testing, including shielding effectiveness. Technical specifications (including performance specifications, where applicable) of materials and equipment to be furnished. Description of proposed testing to ensure compliance with overall minimum RF performance requirements contained herein. Any exceptions taken by the vendor to the minimum requirements specified herein. Submit signed, dated, company?s name, address, cage code, and duns # on offers to FCC, 445 12th Street, SW, Washington, DC, 20554, NLT 2:00 P.M. Eastern Time, May 19, 2003. Attn: Ms. JoAnn Summers, 202-418-0935
 
Place of Performance
Address: Federal Communications Commission Laboratory, 7435 Oakland Mills Road, Columbia, Maryland
Zip Code: 21046
Country: USA
 
Record
SN00333693-W 20030530/030528213635 (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.