Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

66 -- Polyethylene Radar Absorbent material (RAM)

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA9302-07-P-E045
 
Response Due
4/24/2007
 
Archive Date
12/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and DFARS Change Notice (DCN) 2007-03-27. Standard Industrial Classification (SIC) code is 3825 and the size standard is 500. NAICS is 334515. This acquisition is a 100% small business set aside. The 412th Test Wing at the Air Force Flight Test Center, Edwards AFB has a requirement to provide polyethylene radar absorbent material (RAM) for electromagnetic absorption in the Benefield Anechoic Facility (BAF); NOTES: (1) Unless noted otherwise, all RAM dimensions below refer to nominal height, i.e.: 600 mm is close enough to 24 inches; (2) Unless noted otherwise, standard base dimensions required are 24 inch x 24 inch (600 mm x 600 mm may be acceptable); (3) If your company does not currently produce the particular item requested, do not quote unless your company can deliver within 18 Weeks After Receipt of Order; (4) Closed-cell polyethylene RAM is more durable than open-cell polyurethane. The Government will evaluate tradeoffs between performance, unit cost, past performance, and durability before making a final purchase decision. Quotes for any product containing uncharacterized RAM coating treatment WILL NOT be considered by the Government during the selection process. This purchase will be for 2500 Each, 24 inch x 24 inch x 24 inch polyethylene radar absorbent material (RAM) with removable polyethylene/polypropylene/polystyrol walkway caps; 600 Each, 24 inch x 24 inch x 18 inch polyethylene radar absorbent material (RAM) with removable polyethylene/polypropylene/polystyrol walkway caps; and 400 Each, 24 inch x 24 inch x 18 inch polyethylene radar absorbent material (RAM) without removable walkway caps in accordance with the following Statement of Work and specifications: STATEMENT OF WORK FOR CLOSED CELL POLYETHYLENE MICROWAVE PYRAMIDAL FLAME-RETARDANT ABSORBERS WITH SOME WALKWAY CAPS; 1.0 SCOPE: The 772nd Test Squadron of Edwards AFB, CA has a requirement to provide electromagnetic energy absorption in the Benefield Anechoic Facility (BAF). This capability requires the installation of radar absorbing material (RAM) in order to eliminate multi-path reflections back to the System Under Test (SUT). This RAM must be of a closed-cell design to minimize release of carbon or foam particles during routine handling. The RAM must be of a durable material able to withstand years of handling operations and strong enough to support 300 pounds or more (with the installation of a removable walkway non-loaded cap). This purchase of 24 inch x 24 inch x 24 inch pyramidal absorber with walkway RAM caps (quantity of 2500) and 24 inch x 24 inch x 18 inch pyramidal absorber (quantity of 600 with walkway RAM caps and quantity of 400 without walkway RAM caps) is needed to provide the necessary attenuation for the frequencies tested within the BAF; 2.0 APPLICABLE DOCUMENTS: 1) IEEE Standard 1128 -- Recommended Practice for RF Absorber Performance Evaluation in the Range 30 MHz to 5Ghz. 2) NRL Report 8093; 3.0 REQUIREMENTS: 3.1 Testing for Frequency Performance; 3.1.1 Reflectivity Attenuation Testing for RAM: Frequency reflectivity measurements are required for each lot. (A lot is defined as a manufacturing run for which there is no break in production, base materials are mixed from the same supplier's batches, and a mixture operation is not stopped/restarted.) Each lot of RAM shall be uniquely numbered and representative samples tested. The individual RAM pieces must be randomly selected for each lot sample test. The frequency range required for this measurement is from 500 MHz to 18 GHz at normal incidence angle and will be required to meet or exceed the manufacturer's advertised specifications for the RAM being tested, or to meet or exceed the attenuation requirements in the table below, whichever is greater. Test samples will be taken from lots throughout all manufacturing runs. Electronic and/or paper copies of the measured reflectivity data shall be delivered for each lot of RAM tested, indicating which serially numbered pieces were tested. A test lot sample size is defined by the quantity of RAM pieces required to populate the manufacturer?s reflectivity test fixture; Frequency Range 0.5 - 1.0 GHz 1.0 - 3.0 GHz 3.0 - 18.0 GHz Minimum Attenuation 30 dB 40 dB 50 dB 3.1.2 Performance Degradation Testing of Walkway RAM Caps: In addition to testing the RAM itself, the performance of the non-loaded (no carbon impregnation) walkway RAM caps must be fully characterized. Using the same methods for testing the RAM without caps, frequency reflectivity measurements must be taken for RAM with walkway caps installed. Electronic and/or paper copies of the measured reflectivity data shall be delivered, allowing for clear comparisons of RAM performance with and without walkway caps; 3.1.3 Data Delivery Requirements. All data collected for frequency testing must be provided on or before date of RAM delivery. The US Government will not accept any shipments of RAM and/or caps which are not provided with the required associated data upon date of RAM delivery. Each measurement plot must identify by serial number which pieces were tested for that plot. Additionally, a table must be provided to show which serial numbers belong to which lot. Delivered data must include frequency-attenuation graphs; 3.2 Manufacturing Constraints. 3.2.1 Glue lines. Due to the multi-use test nature of the BAF, glue lines are generally undesirable for high frequency BAF tests. If any manufactured RAM will include any seams whatsoever, the seams must be characterized for possible performance degradation. Appropriate data and graphs must be provided. The seam lines are to be specified; 3.2.2 Pyramid Design. The RAM to be purchased for this SOW shall be of standard pyramid design with 9 pyramids per 24 inch x 24 inch x 24 inch RAM piece and 16 pyramids per 24 inch x 24 inch x 18 inch RAM piece; 3.2.3 Footprint Size Tolerance. The BAF is marked with a 4 foot by 4 foot grid that has been permanently scored onto the entire concrete floor. Since this RAM will be placed onto the BAF?s 4 foot x 4 foot gridded floor, it is highly desired that the RAM be sized to accurately fit this grid. The RAM shall be manufactured to a 24 inch by 24 inch base with a maximum size tolerance of +0.0 inch/-0.38 inch; 3.2.4 Physical Integrity Requirement. The RAM must not shed or leach carbon and fire retardants through an inherent closed-cell design. All RAM to be purchased as part of this SOW must not shed carbon particles during normal handling -- including dropping an upright piece of RAM from a height of 3 feet onto a concrete surface (with the bottom RAM surface impacting the concrete); 3.3 Delivery Constraints. RAM delivery must be coordinated with the 772nd Test Squadron Director of Operations.The last delivery of the entire order should not exceed 4 weeks from the first delivery; 3.4 Fire Retardancy; Independently test the flammability of the RAM?s manufacturing method to meet the fire retardancy required by NRL Report 8093 (Tests 1, 2, and 3). Additional fire retardancy standards may be used as well such as UL 94 HBF; 3.5 Physical Characteristics for RAM; The physical description of the 18 inch and 24 inch pyramidal RAM is provided in the table below: Overall Height; 18 and 24 inches +/-0.5 inch; Overall RAM Footprint, 24 inches square +0.0/-0.38 inch; Pyramids per piece,9 per 24 inch pyramidal and 16 per 18 inch pyramidal;Pyramid Shape,Standard pyramid; Fire Retardancy (for RAM material and walkway caps),IAW NRL Report 8093 (Tests 1, 2 and 3); RAM Material, Closed cell polyethylene; and Color, Black or Light Blue for the RAM and White for the walkway caps; 3.6 Past Performance Requirements; Provide evidence of previous contract success in meeting identical or similar requirements: a.RAM manufactured to similar specifications (SOW Para 3.5); b. Meeting flammability testing requirements IAW NRL Report 8093 (Tests 1, 2 and 3); c. Ability to deliver a similar quantity of RAM within the time frame specified (SOW Para 3.3); 3.7 Program Management; The contractor shall notify the AFFTC Contracting Officer's Technical Representative (COTR) in a timely manner concerning any issues that would adversely impact the contractor?s ability to meet and satisfy the performance or schedule requirements of this SOW; Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA, 93524, within 18 Weeks After Receipt of Order. Offerors are required to submit enough information with their quote for the Government to evaluate the minimum technical requirements detailed in this combined synopsis/solicitation.; THE FOLLOWING PROVISIONS AND CLAUSES APPLY: CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. 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. 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 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 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 52.222-35 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 52.233-4 Applicable Law for Breach of Contract Claim 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 252.232-7010 Levies 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) 5352.201-9101 Ombudsman Offers are due at the Air Force Flight Test Center, Directorate of Contracting, Attn: Mary Uptergrove, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than 24 Apr 2007 at 2 pm PST or e-mail address: mary.uptergrove@edwards.af.mil.
 
Place of Performance
Address: Edwards AFB CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01269306-W 20070411/070409220445 (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.