Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2005 FBO #1480
SOLICITATION NOTICE

99 -- ANECHOIC ABSORBER MATERIAL

Notice Date
12/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
Reference-Number-F1T0DA5300A100
 
Response Due
12/23/2005
 
Archive Date
2/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, FL, intends to award a Firm-Fixed Price contract. This acquisition shall be a 100% small business set-aside. This is a Brand Name or Equal request for anechoic absorber material and ferrite RF absorber material. If you submit an ?or equal? product, you must submit descriptive literature and/or specifications for evaluation purposes. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, Test Program. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A quotation is being requested, and a written request for quotation will not be issued. The announcement number is F1T0DA5300A100. The North American Industry Classification System (NAICS) code for this acquisition is 334419, with small business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for: CLIN 0001; QTY 1000 EA; Anechoic Absorber Material; Cuming Corporation p/n: C-RAM SFC-24, to include: 1 - Black tips (also known as not painted) 1 - Broadband Pyramidal Absorber (24? X 24? X 24? H) 1 - Absorbers will be fire retardant and self-extinguishing The minimum performance of the anechoic material shall be as specified: Frequency Minimum Absorption of Anechoic Material 80 MHz - 1 GHz 20 (dB) 1 GHz - 40 GHz 30 (dB) CLIN 0002; QTY 35 EA; Ferrite RF Absorber Material; Cuming Corporation p/n: C-RAM HFP-18, to include: 1 - 600 X 600 mm 1 - Each panel shall consist of a ferrite tile array on plywood backing with matching absorbent foam truncated pyramidal section 1 - Performance shall comply with MIL-STD-461E The minimum performance of the panel of ferrite tile absorber material shall be as specified: Frequency Minimum Absorption of Ferrite Tiles 20 MHz - 200 MHz 10 (dB) 200 MHz - 1 GHz 20 (dB) CLIN 0003; QTY 1 EA; Shipping: FOB Destination EMC Absorbers, General Information The absorber design incorporates a tuned ferrite tile absorber with a precision matched urethane pyramidal absorber. The anechoic material shall be resistant to moisture and shall meet all fire, safety, and health codes. The anechoic material shall be capable of safely withstanding a continuous field intensity of 200 volts per meter at all frequencies. The contractor shall submit evidence of absorption performance of the anechoic material and ferrite tile. As a minimum, such evidence shall include a test report showing compliance which meets or exceeds minimum absorption requirements specified. The minimum absorption shall not degrade below the requirements stated herein over a time period of greater than 10 years when maintained in accordance with the procedures supplied by the contractor. The base material for the system is a treatment of 100mm x 100mm x 6.0mm ferrite tiles on a plywood dielectric backing panel. The panel will be covered with 36 ferrite tiles, installed with adhesives. Tiles are precision ground on all surfaces to maintain precise tolerances necessary for optimum performance. The plywood backing panel will be a 24? x 24? x ?? thick and undercut to insure that the edges do not extend out beyond the tile edges. A total of 20 panels of ferrite tiles will be provided for full coverage of a surface area totaling 80 square feet. 18? Pyramidal Absorbers will be installed directly to the ferrite tiles with a Velcro installation system. The pyramidal absorbers are designed to integrate with the ferrite tile base and are accurately loaded with the proper mix of carbon materials to provide the precise match for broadband performance. Each 18? Pyramidal Absorber is provided with a 24? x 24? square base and a truncated tip for an overall height of approximately 16 inches. A total of 20 pieces of pyramidal absorbers will be provided to match the ferrite panels. Each absorber will be supplied with a full sheet of Velcro pile. Hook materials will be provided in roll form with an acrylic adhesive backing. Fire Rating: All absorbers should be fire retardant and self extinguishing. They also meet the requirements of NRL-8093 Tests, 1, 2, and 3, for fire retardancy. All materials are batch tested and certified to meet the requirements of NRL 8093. They are also certified to meet TI #2693066, MIT MS-8-21, and UL 94. Mil Specifications: MIL-STD-461E and MIL-STD-285. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions (Jan 05); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and price related factors) (Jan 99); 52-212-3 Offeror Representations and Certifications- Commercial Items (Mar 05) (Offerors must submit a complete copy with their offers. To request an electronic copy of 52-212-3, E-Mail me at the below e-mail address) at Full Text or ORCA (http://orca.bpn.gov/login.aspx ); 52.212-4 Contract Terms and Conditions- Commercial Items (Mar 03); 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (June 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), 52.225-15 Sanctioned European Union Country End Products (Feb 2000) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.247-34 F.O.B Destination (Nov 91), 252-212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Order Applicable to Defense Acquisitions of Commercial Items (JAN 2005), 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 252-232.7003 Electronic Submission of Payment Report (JAN 2004), 252-246.7000 Material Inspection and Receiving Report (MAR 2003), 252.247-7023 Transportation of Supplies by Sea (May 2002) ALTERNATE III (MAY 2002). The following provisions and clauses are provided in full text: 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 05), (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records ? Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause). 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); 52-252.6, Authorized Deviations Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. DFARS, (11/03); Local clause (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional, emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: F1T0DA (850) 882-9348: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: robert.campbell@eglin.af.mil: 2. Acceptor: robert.campbell@eglin.af.mil: 3. Contract Administrator: ken.whelchel@eglin.af.mil: Contracting Officer: frederick.marsh@eglin.af.mil: Payment may be expedited electronically via the Internet through the Wide Area Work Flow, WAWF, system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com: Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this item, qualification package should be received NLT 2:00 PM., Central Time on 23 Dec 2005. Anticipated award date is two days after the due date. Send all packages to 96 CONS/MSCBB, Attn: SSgt Ken Whelchel, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, or by facsimile to (850) 882-1680 or email at ken.whelchel@eglin.af.mil or gene.eastman@eglin.af.mil
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542
Country: USA
 
Record
SN00950787-W 20051215/051213211936 (fbodaily.com)
 
Source
FedBizOpps 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.