Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
MODIFICATION

56 -- Wind Tunnel Control Room

Notice Date
4/21/2006
 
Notice Type
Modification
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAA6089B001
 
Response Due
5/2/2006
 
Archive Date
5/17/2006
 
Point of Contact
Ashleigh Baird, Contract Specialist, Phone 661-277-3282, Fax 661-275-9678,
 
E-Mail Address
ashleigh.baird@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*******Please find Clarifications to Industry (dated 21 April 2006) at the very end of this posting.******* DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB, CA intends to award a Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. The NAICS code is 332313. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. The Air Force Flight Test Center (AFFTC), Edwards Air Force Research Laboratory requests a proposal for work to be accomplished at California State Polytechnic University, Pomona. The contractor shall design, manufacture, deliver, and install a wind tunnel control room according to the below specifications. Please see the site layout at: http://www.csupomona.edu/~aro/wt/ ***The wind tunnel, designed to AF specifications, will be manufactured at the company’s designated location and installed at the Cal Poly Pomona designated site. The specifications of this desired acquisition are as follows: CLIN 0001 WIND TUNNEL CONTROL ROOM Size: Exterior room size will be approximately 31 feet long, 21 feet wide and a maximum height of 10 feet. The finished interior area will be approximately 600 sq ft. Actual length and width of room will be determined by finished Wind Tunnel dimensions and actual site location. Construction: (a)The exterior walls shall be constructed of powder coated aluminum metal panels or a similar material. The exterior cladding style and color shall be approved by the appropriate University Department. Special weather sealing shall be provided for the HVAC unit, wind tunnel duct to exterior wall, room base to curb and curb to slab to prevent water penetration to room interior. (b) A minimum sloping roof of (1/4”)/12” to allow rain water runoff. Roofing materials shall have a minimum service life of 20 years. The interior shall consist of R-13 insulated and finished gypsum board walls with an R-19 insulated drop acoustical panel ceiling (i.e. Armstrong-optima open panel). (c) There will be one hollow metal insulated 16 ga exterior door with a 16 ga frame for room egress measuring 4’ x 7’ in size. Door and frame will provide sufficient weather gaskets, drip edge and threshold against water intrusion. Door handle and threshold shall meet ADA requirements and accept a Best Access Systems lock cylinder. (Model # will be provided). Other specifications: The room shall be anchored and sealed to an estimated 6” x 6” concrete curb on top of an 8” thick concrete slab. The curb will be installed by the Control Room contractor. Surface Finishes: (a) The exterior finish will be powder coated aluminum metal panels such that it will resist fading, peeling and leakage from weather exposure. The finish shall also be such that it will prevent surface and base metal corrosion. (b) The interior walls (5/8” Type X gypsum drywall with scrubable flat acrylic latex finish) and lay in acoustical ceiling finishes will be required to resist normal laboratory wear and tear and will be matte finish so as not to reflect laser light. (c) All room hardware must also be matte finish so as not to reflect laser light. Noise level: The walls shall be acoustically treated as necessary to reduce Wind Tunnel fan and motor noise intrusion by a minimum of 20 dBA. It shall also minimize acoustical reflection within the room. The fan and motor will produce a sound pressure level of approximately 95 dBA and will be located less than 2 feet from the Control Room wall. Heating and Cooling: (a) The HVAC unit will be 208/220 VAC powered, mounted in the SW wall above either the door or the Wind Tunnel duct. Condensate removal must be considered if the unit is mounted over or near the door. If there isn’t sufficient mounting area in these locations, the roof may be considered but must be approved by the University. (b) Heating and cooling shall be such that a temperature of 70 +/- 5 degrees Fahrenheit can be maintained at all times and can be powered off when not in use. Exterior temperatures can vary from 30 degrees in the winter to as high as 110 degrees in the summer. Heat loading from 20 persons, 10 computers, lighting, etc. shall be considered in the design. Consideration also needed for approximately 100 degree (maximum) Wind Tunnel air flowing through the section of wind tunnel duct passing through the control room. The portion of the duct passing through the room will be constructed of ~400 sq ft of 1/4” thick steel plate and ~100 sq ft of 3/4” thick Lexan sheet. Airflow will be stopped and this duct will be opened to the room interior approximately once every 30 minutes. The unit will need to be capable of compensating for the temperature change within 10 minutes. Electrical and Lighting: (a) University electrical service will be terminated near the control room site at a panel provided under a separate contract. Conduit and wiring to this panel will be provided under this contract. (b) Standard 120 VAC quad electrical convenience outlets will be provided on all 4 walls with a maximum distance between each of 12 feet. (c) Two quad outlets on separate 20 amp circuits will be provided in the wall between the door and Wind Tunnel duct. This power will be line conditioned against surges, spikes, lightning and electric motor EMF. An external 19” rack-mount line conditioner providing a minimum of two 20 amp 120VAC circuits may be considered as an option. (d) One external 120VAC weather tight dual outlet shall be provided in each exterior wall with the exception of the wall against the existing building. These outlets will be GFCI protected according to local building codes. (e) A 208/220 VAC 30 amp convenience outlet shall be provided mid wall in the interior wall against the existing building. (f) Lighting shall be sufficient to provide adequate visual acuity while wearing laser safety goggles that filter a wavelength of 632 nm at an optical density of 4-5. Lighting circuits shall be provided for a reduced lighting level and completely dark operation. Fire, Safety and Security: (a) A horn, strobe light and pull station shall be provided in the event of fire and tied to the existing Building 13 system. – Feasibility of tie-in yet to be determined. (b) Emergency interior lighting shall be provided in the event of power failure. (c) Conduit and wiring shall be provided to interface with the College of Engineering door swipe access system. - Exact locations and specifications will be provided. (d) A red strobe light and wiring shall be provided on the exterior of the room above or near the door to provide as a warning of laser use. Also a switch shall be provided on the door to disable the laser should the door be inadvertently opened while the laser is operating. The wiring for both shall terminate at a box in the interior wall surface between the door and Wind Tunnel duct. Data and Telephone: (a) A wall-mounted plate with RJ45 telephone jack shall be installed and wired at an accessible height from the floor in the interior wall between the door and wall against the existing building. (b) Four Ethernet data jacks shall be installed along with Category 5e or better wiring in the interior wall between the door and Wind Tunnel duct 18-24” from the floor. (c) Conduit and wiring for both telephone and data shall be terminated above the drop ceiling by coiling a minimum of 50 feet of cable. Connection to the Campus will be provided by the University. Warranty: A full repair and replacement warranty for a minimum period of 1 year from project completion date shall be provided for all construction, materials and labor. In addition to satisfying CLIN 0001, the Principal Statement of Work (SOW) is shown below. The Principal SOW includes all tasks that are required. Contractors are asked to provide proposals (including cost and schedule) for the Principal Statement of Work PRINCIPLE STATEMENT OF WORK The contractor shall design, manufacture, deliver, and install a wind tunnel control room to AF specifications. CLIN 0002 DESIGN DRAWINGS AND REVIEW The contractor shall provide an overall conceptual engineering design of a wind tunnel control room to meet the specifications given in the above Wind Tunnel Control Room Specifications. The selected contractor shall provide a Preliminary Design Review (PDR) to the Air Force (AF). Following the PDR, and with AF approval, the contractor shall proceed and complete the design that includes all construction details and notes on drawings. The contractor shall submit final engineering drawings to the AF for approval and Authorization To Proceed (ATP). The design must comply with all applicable codes (see Applicable Codes below), State Codes, Factory Mutual Insurance Company requirements, and all agencies having jurisdiction over this job. Applicable Codes: Plans and specifications shall be coordinated with Cal Poly Pomona Facilities Planning and Management including all code compliance reviews as follows: (a) Must meet current California Building Codes. (b) Must pass California State Fire Marshall review. (c) Must meet Division of the State Architect (DSA) Accessibility Codes. (d) Must pass California State University Seismic Peer Review. (e) Must pass independent plan check organization review. Insurance and Permits: The contractor must possess a valid insurance policy while performing any work on California State Polytechnic University, Pomona property. Please contact the Cal Poly Procurement Department at 909-869-3436 (Melody Kojima at Ext. 3436) for requirements. Cal Poly Pomona will issue any applicable permits. CLIN 0003 DOCUMENTATION AND APPROVALS (a) Three complete sets of preliminary design drawings shall be submitted for review on E-size paper (28 inches x 40 inches) and electronic drawing files. Electronic drawing files shall be provided in both PDF format as well as AutoCAD format. (b) Authorization to proceed (ATP) will be granted by the AF following successful completion of the design review process. CLIN 0004 DELIVERY AND INSTALLATION OF CONTROL ROOM (a) All labor, materials and equipment to make the room completely functional according to the Wind Tunnel Control Room Specifications (see above) will be provided by the contractor. (b) All materials and equipment shall be delivered to the designated site location at California State Polytechnic University, Pomona. (c) The contractor shall pour the concrete curb and install the control room according to the specifications. CLIN 0005 PROJECT COMPLETION (a) Project completion shall be coordinated with wind tunnel installation, approximately July – August 2006. (b) The contractor shall provide 2 printed copies of the as-built control room engineering drawings on E-size paper (28 inches x 40 inches) and electronic drawing files on a CD-ROM. Electronic drawing files shall be provided in both PDF format as well as AutoCAD format. CLIN 0006 WARRANTY A full repair and replacement warranty for a minimum period of 1 year from project completion date shall be provided for all construction, materials and labor. ----- Please formulate your proposal to the specified CLIN structure above, in CLINs 0001 – 0006. Project completion date is scheduled to be July-August 2006. Contractors interested in this requirement should submit a complete technical package and quote, which provides clear and convincing evidence that they can meet the Government’s requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and DFARs Change Notice (DCN) 20060223. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 332313. All interested offerors may submit a quote. This shall be a Firm Fixed price contract. The specifications are listing by CLINs in the description above. Delivery will be to California Polytechnic University, Pomona. The following government provisions and clauses apply and can be found at http://farsite.hill.af.mil: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors—Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN - http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 – Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name or equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the equal item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Additional information: For permit and construction inquires that your business might have, please contact the Cal Poly Pomona Procurement Department at 909-869-3436. Technical point of contact for technical questions: Jim Cesari, 909-869-2613, jjcesari@csupomona.edu, or Sean Kenny, 661-275-5468, sean.kenny@edwards.af.mil. Contractual point of contact is: Ashleigh Baird, 661-277-3282, FAX 661-275-9678. Send all offers by close of business (4 p.m. PST) 2-May-2006. Faxed transmissions of quotes are acceptable. Email all inquires to ashleigh.baird@edwards.af.mil. Additional information can be obtained from Technical and University point of contact by request. FEDBIZOPS web site: http://www.eps.gov/. *******Clarification to Industry (21 April 2006) 1. Do you have any site plans, or digital photos of how this control room mates up with the wind tunnel? **Answer: Site plans can be found at http://www.csupomona.edu/~aro/wt/ We will be adding information here as necessary and it becomes available. As for how the room and tunnel mate up, we don't have any details other than to indicate that the Wind Tunnel (WT) will penetrate both Control Room (CR) walls so the walls will need to be installed or built around the WT duct after the WT is set in place. We anticipate that the duct-to-wall interface will consist of some type of "L" bracket frame, sealed to both the interior CR wall and the WT duct. The seal and attachment interface to the duct CAN NOT penetrate the WT surface so some type of adhesive/sealant should be used. ---------------------- ---------------------- 2. Are you expecting this room to be "stick built" on site, or pre-fabricated and offloaded from a truck and fit in place? **Answer: Due to site constraints, our vision has typically been that the CR would be fabricated on site, but we are open to any suggestions for a pre-fabricated building. This was discussed early on in the project and it was determined that the CR could be set in place over the WT duct with a crane and filler panels installed below the duct. Since that time the CR has grown in size and would not easily be transportable in one piece. A 2-piece design dropped over the WT duct with the bolted and sealed mating surface on the room interior could probably be considered. We would need to verify this with our Facilities and Planning people. ---------------------- ---------------------- 3. What controls are expected beyond power that is described? Any motor starter controls? **Answer: We anticipate that there will be one or more conduits run from a nearby facilities room where the motor starter, cooling pump, etc. will be installed. These conduits would penetrate the top of the CR side wall nearest the existing building. Wiring and/or conduit can be run above the drop ceiling to the wall between the CR door and where the duct penetrates the CR side wall. 4. Any control panels and work stations? **Answer: The WT control panel, computer workstation, instrumentation, data acquisition and controls will be located near the WT duct between the Test Section and the CR side wall with the door. 5. Any lights, sirens, horns, PA systems? **Answer: Fire alarm lights and sirens are as described in the Solicitation. It is not anticipated that there will be a need for a PA system, although a telephone is specified. ---------------------- ---------------------- 6. We have found other materials provide very good acoustical properties inside control rooms. Would you accept something other than gypsum for sound attenuation inside? **Answer: We are not sure what the actual acoustical environment will be within the CR. We do anticipate that significant sources of noise will be from the fan and motor through the CR wall and within the WT duct, especially when the Test Section side windows are opened. We are not opposed to the perforated wall design but we are a bit concerned about the attenuation of noise through the wall from the motor and fan located in close proximity. We would be open to other ideas. ---------------------- ---------------------- 7. If prefab, is the HVAC to be integral to the package, or do you expect a remote mount system? **Answer: We anticipate the HVAC system to be integral, as there is very limited usable space around the CR. We are also limited to an overall CR height of 10 feet for aesthetic reasons when viewed from the rest of the campus. These constraints leave only the areas between the drop ceiling and the roof and the wall area above and to the side of the WT duct near the door. ---------------------- ---------------------- 8. Are you having a pre-bid meeting? **Answer: We are not anticipating having one. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SBAA6089B001/listing.html)
 
Place of Performance
Address: California State Polytechnic University Pomona, CA
Zip Code: 91768
Country: USA
 
Record
SN01033213-F 20060423/060421223458 (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  © 1994-2020, Loren Data Corp.