Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
SOLICITATION NOTICE

H -- SYNOPSIS: Radio Frequency and Acoustic Shielding Test Consultant(s)

Notice Date
10/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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-05-R-0003
 
Response Due
11/23/2004
 
Archive Date
11/24/2004
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations, (OBO/PE/DE/EEB), anticipates awarding up to four Indefinite Delivery/Indefinite Quantity contract(s) to qualified firms or teams to provide radio frequency (RF) and acoustic test consultants. Testing is for RF and acoustic shielding at new or renovated buildings at various overseas locations. Each contract shall consist of a 12-month base year with four one-year options. The minimum amount for each contract is anticipated to be $25,000.00 with a $3,000,000 maximum for all four contracts combined. This requirement shall be a Total Small Business Set-Aside and payments shall be made under the Federal Acquisition Regulation Prompt Payment Clause (OCT 2003) 52.232-25. Offeror(s) shall be required to dedicate a Senior Test Engineer and a Junior Test Engineer to each contract and perform the following tasks: 1) Assess RF and/or acoustical deficiencies and recommend solutions for bringing the SE(s) up to specification; 2) Provide a test facility, by subcontractor if necessary, where a complete 12 x 12 RFASE system may be tested for compliance with these specifications; 3) 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; 4) Maintain, repair and calibrate the following test equipment (owned by OBO) to standards traceable to the National Institute of Standards and Technology (NIST); 5) Evaluate test equipment owned by OBO and making recommendations for adapting and/or modifying in order to meet specified standards; 6)Provide RF and/or acoustical testing procedures training to DOS personnel utilizing test methods and procedures in accordance with paragraph 2 of this SOW and the specific contract SOW; and 7) Provide personnel competent to assess: semi-automatic electro-mechanical, automatic electro-mechanical and manual RF and/or acoustical shielded doors; building RF shielding systems, penetrations; and make recommendation(s) for long term maintenance of the building RF shielding system. In order to be eligible to perform under this contract, the successful offeror(s) must be able to obtain a Department of Defense (DoD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Subcontractors who will require access to classified information must also possess a DoD Secret FCL. All others will be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State will sponsor the firm for the FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from selection of the final offeror will be allowed for offeror(s) to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding less than four contracts under this effort. Firms, which form joint ventures, must also comply with the above FCL and personnel security clearance requirements. This is not a Request for Proposal (RFP). The estimated issue date for the RFP is on or about Tuesday, November 09, 2004. A modification will be made to this announcement issuing the RFP for review.
 
Place of Performance
Address: U.S. Department of State, A/LM/AQM;P.O. BOX 9115, Rosslyn Station, Arlington, VA
Zip Code: 22219
Country: US
 
Record
SN00700794-W 20041031/041029211702 (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.