Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

54 -- COMMUNICATIONS TEST SUPPORT FACILITY FOR JOINT STRIKE FIGHTER

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component 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
F1S0AE6192B002
 
Response Due
9/19/2006
 
Archive Date
12/6/2006
 
Description
Amendment to this synopsis is to include the following: Extended Response date to 19 September 2006/4:30pm PST; include Questions and Answers; and provide Revised COMM LAB Conceptual Layout. Question: I am having trouble with obtaining the information and specific requirements listed under the Security Requirements section of the SOW (Line Items a - i), which I am told can make a significant difference, especially the TEMPEST requirements. Answer: The JSF Security authorities decided to eliminate the TEMPEST requirement from the SOW. Under the Place and Period of Performance Section (Line Item b) a delivery date is not given, however; just below the NOTE paragraph on the same page, the SOW states that the "delivery must be 60 days after receipt of purchase order and FOB Destination". Answer: The Delivery of supplies/materials and Period of Performance to be completed 90 days upon Receipt of Order. 1. Is this to be certified and by whom? Yes it will be accredited by SAF/AQ and it is the contractors responsibility to meet accreditation requirements stated in the SOW. 2. Are Fire sprinklers be required due to hanger location? No, however, the base fire department is requiring pull station(s), photoelectric smoke detectors, and audio visual alarms. Notifier is the base standard. 3. Who will be doing the utility connections; will we be terminating at the building for electrical and telecom? Connections from mobile unit to building power will be done in house; all interior wiring and devices shall be installed by the proposing contractor. Typically, we are looking for a "plug and play" operation. 4. What are the internal telecomm requirements? 8 comm/data connections in the main room and one comm/data connection in the secondary room located within the SCIF. Data lines shall be fiber and Cat6 for phones. Customer will specify. 5. Who is supplying the Hirsch and IDS systems? The Hirsch access control devices will be GFE and the Advantor IDS (base standard) shall be provided by the proposing contractors. For the Advantor, we are assuming 2 motion detectors, 1 keypad and 1 control panel, and 2 BMS's. 6. Who is responsible for the internal wiring of the access control points? Please note on drawings. Proposing contractor shall be responsible for all internal installation of conduits, conductors, and devices. Access control devices will be GFE (Hirsch). On our concept drawing, 3 ea entry and 3 ea exit proximity pads (one set per door), 3 magnetic door locks, one M8N control panel (vestibule room), and 2 TXRS (F/O). 7. What codes listed under ?execution? are required ? All standard national building/manufacturing codes to include, but not limited to the NEC, IBC, NFPA, Life Safety Codes are applicable. 8. What is the weight of crypto safe? The crypto safes weigh 1000 lbs each, and there are two each (see attached revised concept drawing for location) . 9. Who is doing utility connections? See item #3 10. There is a ramp shown but not ?called out? on the bid request. The ramp shown will not fit-can we ramp the building?After further review, we will not require a ramp to be built at this time however, we will be requiring one set of stairs with landings for each entry and exit point. NOTE - We are looking to industry for the best solution for our project. Drawing is "conceptual" and not limited to these approximate dimensions. Show us what you propose will best fit our requirements. Most important, when the job is complete, the government expects a complete and useable product. Please contact terence.vickers@edwards.af.mil for Revised Conceptual layout via email. NOTE: Due to time contraints, the final response time will have to be as listed above - 19 Sep 2006, 4:30pm, PST. 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. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARs Change Notice (DCN) 20060814. NAICS is 332311 with a small business size standard of 500 employees. Solicitation is for commercial purchase of: 1 each Communications Test Support Facility (CTSF) Laboratory. The 412th Test Operations Group, Joint Strike Fighter Combined Task Force at Edwards Air Force Base has a requirement for a Communications Test Support Facility (CTSF) Laboratory. All requirements are stated on Statement of Work, dated 2 August 2006, Revised on 30 August 2006. STATEMENT OF WORK COMMUNICATIONS TEST SUPPORT FACILITY JOINT STRIKE FIGHTER PROGRAM EDWARDS AFB, CA Objective The objective of this Statement of Work (SOW) is to secure the services of a licensed and bonded contractor to design and construct a mobile Sensitive Compartmented Information Facility (SCIF), guaranteeing its accreditation, to be utilized in an interior (aircraft hangar) and/or exterior environment. Scope This SOW shall be interpreted as a Performance Based Document. When the work is completed, the test facility shall conform to the governing standards and guidelines listed below. The scope of the work is as follows: General Description The mobile SCIF known as the Joint Strike Fighter (JSF) Communications Test Support Facility (CTSF) will provide a secure laboratory environment that supports aircraft Flight Test activities. The CTSF will be located at the JSF test facility, Edwards Air Force Base, CA. The contractor shall provide for external electrical connections for electrical power, external communication cables, and network connections. Physical Layout The physical layout is shown in Figure 1. The CTSF shall be approximately 42? in width, 12? in depth, and 10? in height; (504 sq. ft.). The Program will accept dimension changes if close to the requirement and are due to limited availability, long lead-time, or additional costing. The CTSF shall consist of three rooms: a. A vestibule room, approximately 12? in depth and 6? in width; (72 sq. ft.). b. A large computer room, approximately 12? in depth and 24? in width; (288 sq. ft.). c. A small equipment room, approximately 12? in depth and 12? in width; (144 sq. ft.). The CTSF shall have one standard ADA compliant outer door to the vestibule, referred to as ?Door 1,? and two standard ADA compliant inner doors one between the vestibule and large room ?Door 2,? and one between the large room and small room ?Door 3.? Additional Requirements a. The CTSF shall meet the requirements of transportability. b. Floor base shall be a minimum of 18 inches above grade to meet aircraft safety requirements in hangar applications. c. The exterior/interior walls and doors shall be finished using neutral colors. d. The flooring shall be carpet, suitable for an office environment, in the three rooms. Security Requirements The contractor shall provide a mobile SCIF and the overall structure shall meet or exceed the following requirements: a. JAFAN 6/9 b. DCID 6/9 c. DCID 1/21 d. DIA Manual 50-3 e. NFIB/NFIC 9.1/47 f. NSA Specifications 65-6 and 73-2a g. NACSIM 5230 STC 45 sound group 3, for perimeter walls and door assemblies h. Security hardware per government specifications FFL-2740A i. TEMPEST as required Penetrations The CTSF shall have three outer and two inner penetrations as follows: a. Penetration of the outside wall into any of the three rooms, sufficient in size to route electrical power, from an externally mounted electrical panel into the CTSF. The completed penetration shall meet or exceed STC-45 requirements. b. Penetration of the outside wall into the small equipment room for an RF antenna cross-connect panel consisting of approximately 12 RF connectors (supplied or specified by customer). The completed penetration shall meet or exceed STC-45 requirements. c. Penetration of the outside wall into the small equipment room for a communications connection panel consisting of approximately 10 network connectors (supplied or specified by customer). The completed penetration shall meet or exceed STC-45 requirements. d. Two penetrations of the inner wall between the large computer room and the small equipment room at or near floor level with each penetration consisting of an approximately 9 sq. in. opening for the purpose of running cables and wires between the two rooms. The two penetrations are preferably located near the outside walls but shall be located no closer than 1 meter from each other. The two interior penetrations do not have to meet STC requirements. The three outside wall penetrations shall be located on the same exterior wall of the CTSF. Electrical The contractor shall provide the following electrical outlets located approximately as shown on the layout diagram in Figure 1: a. Two dedicated 30 amp receptacles located in the small equipment room to be used to supply power to equipment racks. b. Thirteen 20 amp duplex receptacles to be used to supply power for computers, laptops, and miscellaneous test equipment. c. Power service entrance to the secured room shall have means of terminating feeders without sacrificing the STC rating of the CTSF. Lighting The contractor shall meet or exceed applicable overhead lighting codes for office areas within the three rooms. Cooling The contractor shall meet or exceed applicable HVAC codes to adequately provide comfortable working conditions for up to a 15 person occupancy load. The estimated worst case simultaneous power load of electrical equipment is: a. Large Room: 15 Personal Computers at 200W each; 2.0 KW total b. Small Room: 3 Equipment Racks at 2.0 KW each; 6.0 KW total c. Vestibule: 1 Personal Computer at 200W; 0.2 KW total Access Control System The contractor shall provide penetrations, wiring, and equipment to accommodate connections to an existing Hirsch ACS with components approximately located as shown in Figure 1. Intrusion Detection System The contractor shall provide penetrations, wiring, equipment, and coordinate with the Base Alarm Shop for IDS connections and requirements. Design Review The JSF Security Manager will hold a requirements review at Edwards AFB within 5 calendar days after contract award. a. The primary purpose of the review will be the identifying of key personnel and final clarification of the requirements, findings, and recommendations. The contractor is responsible for having all solutions and preliminary designs to include schedules ready for review. Manufacturing/Delivery The CTSF can be either manufactured in situ at the hanger location, or preferably, pre-fabricated at an offsite location and delivered and installed at the desired location within the aircraft hanger. Access to the installation site is via aircraft hanger doors and can easily accommodate a large tractor-trailer rig. Execution All construction shall meet all applicable codes and standards specifications shall be designed and constructed in accordance with the latest applicable requirements of the standard specifications and codes, and other such regularly published and accepted standards, except where modified or supplemented by these specifications. Any conflict between standards shall be referred to the Facility Site Support Manager who will determine which standard shall govern. Inspection Requirements Unless otherwise specified in the contract, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract, the contractor may use their own or any other facilities suitable for the performance of the inspection requirements. The procuring activity reserves the right to witness and perform any of the inspections set forth in this specification where such inspections are deemed necessary to assure supplies and services conform to requirements. Reporting Requirements All reports or submittals by the contractor shall be submitted Contracting (PK) and a copy to the JSF Site Security Manager and the JSF Facility Site Support Manager. All as-built drawings shall be provided via electronic media (CD, DVD, etc.), in the latest Auto-CAD format, and turned over to PK and the JSF Site Security Manager and the JSF Facility Site Support Manager. Place and Period of Performance a. Place of Performance: The place of performance for the work to be completed will be the JSF-ITF compound or approved offsite loaction. b. Period of Performance: The period of performance shall be no longer than the xxth of Month, 200x. Security Clearance None required; the effort is unclassified. Restrictions a. Access to the facility shall be to citizens of the United States, who shall be able to provide evidence of citizenship upon request. Contractor personnel may be subject to inspection upon entering or leaving the facility. Visit Requests are required to be submitted through JSF Security as well as the through the Base Contracting Officer (PK). Must provide names, Social Security Numbers, place of birth, date of birth, valid Driver?s License #, and naturalization number if non US born. b. Prohibited Items ? The following items are prohibited from the work site: cell phones with cameras, cameras, computers, weapons, video and/or audio recording devices, and binoculars. c. Safety ? Contractor shall ensure that jobsite cleanliness will be maintained at all times and barricades/safety cones will be utilized to isolate the jobsite from normal personnel traffic. d. Fire Protection ? No open flames will be utilized unless prior approval is obtained and Fire Safety issues a Burn Permit. e. Welding ? Burn Permits are required, please notify the Facility Site Support Manager to obtain them prior to any welding. f. Smoking ? No smoking is permitted within the building. Smoking is permitted in Designated Areas Only g. Foreign Object Debris (FOD) ? The contractor must comply with FOD requirements where designated by the JSF. All equipment entering designated areas must be inventoried before entering and prior to leaving the designated areas. Contractor is responsible for all trash created during work. h. Trash Disposal ? The contractor will be responsible for disposing of any trash generated as a result of their work, keeping in mind that FOD can result in major fines. i. Certain cell phones will not work in the flightline area. Access to phones shall be available upon request, if the contractor?s cellular device is inoperable. NOTE: For the layout/diagram of the CTSF, please contact Terence Vickers at terence.vickers@edwards.af.mil, or (661) 277-9559 as soon as possible to receive the drawings of the facility. Delivery must be 60 days after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 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. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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 other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 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 address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. In addition, the following procedures apply for identification credentials and vehicle passes: Contractors and their employees at the prime and subcontract level shall comply with the Edwards Air Force Base Contractor Access Procedures dated 15 April 03. For construction contracts the construction contractor personnel at the prime and subcontract level shall receive a temporary pass valid for no more than 90 days regardless of the length of their contract, unless otherwise requested by the Contracting Officer. Common Access Cards (CAC) and the DD Form 1172-2 process apply only to prime contractor and subcontractor personnel that will have an assigned Edwards AFB E-mail address (?.mil?) and have access to the Edwards AFB network. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Offers are due at the 412th Test Wing, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by COB (1630 PST) on 16 September 2006. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Terence Vickers, by email at, terence.vickers@edwards.af..mil or by fax at (661) 275-7860. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: EDWARDS AIR FORCE BASE, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01145056-W 20060917/060915220902 (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.