Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2004 FBO #0775
SOURCES SOUGHT

66 -- RF Shielded Enclosures

Notice Date
1/9/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NT910-400022DT
 
Response Due
2/4/2004
 
Archive Date
2/4/2004
 
Point of Contact
Doris Turner, Purchasing Agent, Phone (303) 497-3872, Fax (303) 497-3163,
 
E-Mail Address
doris.p.turner@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Telecommunications and Information Administration (NTIA), Institute for Telecommunication Sciences (ITS) requires three Radiofrequency (RF) Shielded Enclosures. Requirements are for (3) double electrically isolated, modular, copper mesh RF shielded enclosures with interior dimensions: Item 1: 6' x 6' x 8' (W x L x H), Item 2: 8' x 8' x 8' (W x L x H), and Item 3: 8' x 12' x 8' (W x L x H). Items 1 and 3 will be installed in the Radio Building, Bldg 1 at 325 Broadway, Boulder, CO 80305. Item 2 will be installed at the Table Mtn. Field Site approximately 12 miles north of this facility. The vendor shall supply graphs of the proposed unit(s) magnetic field, electric field, and planewave isolation from 10 kHz to 6 GHz. Actual measurement points shall be clearly marked on the graphs. The vendor shall indicate the testing methodology used to obtain these data. Each unit shall have the following: Copper mesh upper wall panels and rigid lower wall panels, (1) 3' x 7' door, (2) waveguide air vents, nominally 12" x 12", detailed engineering/shop drawings and installation drawings/instructions, and white vinyl tile floor. The enclosures shall have the following electrical circuits/connections: Incandescent light fixtures with mounting base and hardware surface mounted to ceiling. Item 1: (2) 2 x 75 W or equivalent; Item 2: (3) 2 x 75 W or equivalent; Item 3: (4) 2 x 75 W or equivalent. Installed single phase, 2-wire, 60 Hz electrical power filters: Items 1 & 2: (3) 2-wire 20 A (or greater) filters; Item 3: (4) 2-wire 20 A (or greater) filters. Vendor will supply isolation specifications for the above filters. (1) ground stud. The vendor will provide detailed instructions for the buyer's electricians to follow when installing electrical service. The enclosures shall have the following bulkhead connections: A brass connector panel (nominally 12" x 12") with: (6) Type N bulkhead connectors and (4) BNC bulkhead connectors. In addition, Item 3 will have a fiber optic 10/100 Ethernet filter with RJ-45 connectors. The bid shall include: Costs for transportation to the laboratory's loading dock at 325 Broadway, Boulder, CO 80305; Cost of complete on-site installation; Cost of field verification testing of planewave isolation per MIL STD-285 and/or IEEE-219 at 160 MHz, 523 MHz and 915 MHz. Bidders shall provide point of contact information (names, addresses, telephone numbers, and e-mail addresses) for 3 current owners/operators of the proposed shielded enclosures who we may call to discuss the quality and performance of the product as well as the vendor's customer service and responsiveness. Warranty: The vendor will provide a complete description of the unit(s) warranty coverage. The bid need not include: Costs for installing electrical receptacles and all internal and external wiring which will be the responsibility of the buyer; Costs for electrical and A/C hookup, and required building permits which will be the responsibility of the buyer; Costs for local transportation of materials which will be the responsibility of the buyer.***The proposed contract is a 100% small business set-aside. The award decision will be based upon the best value to the Government. Award will be based upon price and technical merit in conformance with the evaluation standards of FAR Part 13.106. As technical merit becomes more equal, price becomes a greater factor. Technical merit will be judged according to the following criteria: Technical specifications (45%), Recommendation from current customers (35%), Delivery and installation schedule (15%) and Warranty (5%). This small purchase (NTE $100K) is being conducted under the authority of FAR Part 12, Acquisition of Commercial Items.***All questions should be submitted in writing to the contracting officer either by email or fax. All bids must be received on or before February 4, 2004. Please include delivery date, F.O.B. point, business size, Federal TIN and your Dun and Bradstreet number. FAR Clauses in full text are at http://www.ARNET.gov/far. Agency level protest procedures can be found on web site http://oamweb.osec.doc.gov/conops/#REFERENCE. The Mountain Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505.
 
Place of Performance
Address: 325 BROADWAY, BOULDER, C0
Zip Code: 80305
Country: USA
 
Record
SN00501203-W 20040111/040109211732 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.