Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOLICITATION NOTICE

66 -- Instruments and Laboratory

Notice Date
12/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808Q3007
 
Response Due
1/8/2008
 
Archive Date
2/28/2008
 
Point of Contact
XDS13-8 540-653-7038 540-653-7765
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The North American Industry Classification (NAICS) Code is 334515, 500 employee size standard. This is a combined synopsis/solicitation for commercial items using simplified acquisition procedures in accordance with FAR Part 13.5, prepared in accordance with the format in FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation is being issued as a request for proposal (RFP). Per FAR 19.502-2(b), this requirement will be a total set-aside for small businesses. Only proposals from small businesses will be accepted. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure on a competitive basis the refurbishment of an Anechoic Chamber. SEE STATEMENT OF WORK BELOW. STATEMENT OF WORK: C-1__SCOPE This specification defines the requirements for services and materials to refurbish an existing shielded anechoic chamber located at the Naval Surface Weapons Center (NSWC), Dahlgren, Virginia. This facility, known as the Q50 Anechoic Chamber, was completed in 1972 and is currently in operation as a test chamber for the electromagnetic vulnerability testing of various Navy missile and electronic systems. Due to deteriorating absorber material, the present level of RF anechoic performance is unknown. After replacement of the current RF absorber materials, full characterization of the performance of the chamber is required over an operating frequency spectrum from 80 MHz to 60 GHz. Currently, most testing in the chamber is conducted over the range of 200 MHz to 18 GHz, but the characterization should include data points throughout the operating range. This anechoic chamber is approximately 60 feet long, 28 feet wide and 28 feet high. The source end has a mezzanine platform on which RF antennas are mounted. On one longitudinal wall there are two doors. The equipment door is approximately 20 feet wide and 14 feet high (through which the missiles and other test objects are loaded), and there is a separate smaller door for personnel access. Approximately 30 feet from the mezzanine there is a 17 foot diameter turntable upon which are mounted two pylons which support test articles. Contractor shall provide all labor and materials to complete the following tasks: 1) Contractor shall remove and dispose of all existing RF absorber material in the anechoic chamber. 2) Contractor shall clean all walls, ceiling, floors, and air vents of dirt, corrosion, and old adhesives. 3) After contractor has removed the old absorber and cleaned all surfaces, the contractor shall allow the Government three (3) working days to inspect the chamber structure and make minor repairs on the chamber, such as tightening bolts, repairing shielding, removing corrosion, and inspection for structural damage. If major damage is found, the contractor shall allow the Government reasonable time to make repairs. 4) Contractor shall replace all old RF absorber material with new RF absorber material in the size and placement which will result in a chamber with the performance characteristics noted in section C-3. Material requirements are outlined in section C-4. 5) Contractor shall provide a test plan to characterize the performance of the refurbished chamber for government approval, perform complete characterization testing, and deliver a test report documenting the results as outlined in section C-5. C-2__OBJECTIVE The objective of the refurbishment is to perform repair, replacement, and modification as necessary to ensure that the chamber can simulate a ?free space? test environment while suppressing the emission or entry of undesired electromagnetic energy. A major consideration in this task is the minimization of site disturbance and total ?down time? of the facility caused by the refurbishment. Extended work hours or weekend access to the chamber may be arranged by the NSWC Q50 COTR, if significant reductions in the overall project duration can be achieved. C-3__RF_PERFORMANCE REQUIREMENTS The RF Absorber design/layout will produce two overlapping quiet zones which are defined for this chamber. One is a 6 foot diameter spherical quiet zone, which is centered on the longitudinal axis of the chamber and located at a point 16 feet from the back of the rear/target wall absorber; the other is a 20 foot long by 10 foot diameter cylindrical quiet zone also centered on the longitudinal axis, with the cylinder midpoint 16 feet from the back of the rear/target wall absorber. Within these quiet zones the maximum level of reflected signals arriving from any direction shall be as specified in Tables I and II when measured by the free space VSWR technique. Changes in reflectivity as a function of a rotating polarization of the synchronized source and receiving antenna shall be less than 1.0 dB in the cylindrical quiet zone. Details of test requirements and documentation are contained in section C-5. The interior reflectivity of the chamber after the refurbishment shall be as stated below in Tables I and II of this specification. TABLE I (RELECTIVITY REQUIREMENTS ?6 FT SPERICAL QUITE ZONE): 0.2 GHz to 0.5 GHz (Frequency Range)/ ? 20db (Minimum Attenuation); 0.5 GHz to 1.0 GHz (Frequency Range)/ ? 30db (Minimum Attenuation); 1.0 GHz to 3.0 GHz (Frequency Range)/ -40db (Minimum Attenuation); 3.0 GHz to 10.0 GHz (Frequency Range)/-45db (Minimum Attenuation); 10.0 GHz to 40.0 GHz (Frequency Range)/ -50db (Minimum Attenuation); TABLE II (REFLECTIVITY REQUIREMENTS ? 20 FT LONG BY 10 FT DIAMETER CYLINDRICAL QUIET ZONE): 1.0 GHz to 3.0 GHz (Frequency Range)/ -20db (Minimum Attenuation); 3.0 GHz to 10.0 GHz (Frequency Range)/ -30db (Minimum Attenuation); 10.0 GHz to 40.0 GHz (Frequency Range)/ -45db (Minimum Attenuation) C-4__ABSORBER MATERIAL All absorber material used in the refurbishment shall meet the fire retardancy requirements of NRL Specification 8093 tests 1, 2, and 3 or commercial equivalent. The material used shall have a good light-reflecting surface consistent with the suppliers manufacturing techniques. All absorber material shall be capable of continuously dissipating at least 1.25 watts per square inch (average power) of incident electromagnetic energy without damage. All absorber material installed above the floor shall be firmly attached to the surfaces by a semi-permanent method in accordance with best commercial practices which will permit removal without damage to the wall or ceiling surfaces of the chamber. The absorber used on the turntable or floor of the test area shall not be attached to the surface, but shall be capable of being placed so as to completely cover the area. Additional requirements for walk-on surfaces are noted below in section C-4.2. Each section of absorber material should tightly abut the neighboring sections, leaving no holes or open spaces except where required for light fixtures, switches, etc. All corners, angles, and curves shall be miter cut to ensure proper fit. Contractor shall cover the turntable with new absorber, with the pylons being at their widest extension. Absorber on the perimeter of the turntable shall be tapered at 45 degree angles to allow for clearance while tilting the turntable. Perimeter sections shall be slotted to form a snug union with the lip on the edge of the table. Contractor shall supply eight (8) additional sections of each type of absorber material used on the chamber floor, and twelve (12) additional sections of the absorber material used on the turntable for use as spares. A section is defined as a 2 foot by 2 foot (base) square piece of new absorber. All electrical apparatus, distributing systems, wiring and access, and lighting systems in place shall not be disturbed or altered during the refurbishment without express prior approval of the NSWC Q50 COTR. Requests for such alterations must be submitted prior to undertaking the work. Any changes or alterations to the electrical or lighting systems will be the responsibility of NSWC. C-4.1__SPECIAL ABSORBER A 12 foot by 12 foot plenum region centered on the rear/target wall shall be covered with a porous absorber having the fire retardant and reflectivity performance of the other wall material as specified above or better. The internal temperature of the absorber shall be maintained at a temperature not to exceed 20 degrees Fahrenheit above ambient, while dissipating at least 2.0 watts per square inch of RF average power with forced air passing through the absorber. For the forced air cooling, the air shall pass from inside to outside the chamber through the back wall absorber to minimize the fire hazard. Additional fire retardant porous absorber with a reflectivity performance of the front wall material shall cover a six foot high by six foot long region centered on the front wall behind the transmitting antenna. As the air conditioning output vents located in the ceiling near the source end of the chamber are outfitted with porous absorber, best commercial practices shoul d be used to ensure that the adhesive does not impede the flow of air into the chamber. C-4.2__WALK-ON ABSORBER REQUIREMENTS Contractor shall provide a minimum 6 ft wide walkway consisting of black walk-on absorber sections that extends from the mezzanine doorway, down the side of the chamber to the far side of the large door and from the edge of the large door 20 feet into the chamber behind the turntable. Additional walk-on absorber shall be placed on the turntable to allow access to the mounting pylons. From the first point of contact with the turntable, the walk-on absorber shall be cut in a curve to match the perimeter of the turntable. A protective surface mat shall be supplied by the contractor that covers the walkway. This material shall not degrade the quiet zone areas as specified in section C-3. C-5__CHAMBER REFLECTIVITY MEASUREMENTS The contractor shall prepare and present a comprehensive chamber characterization test plan to NSWC for approval prior to undertaking verification tests. The contractor shall provide all labor, material, and special test equipment for chamber characterization measurements, conduct the tests, acquire the data, and analyze it for presentation to NSWC. Measurement and test operations will be observed by NSWC personnel. A comprehensive written test report shall be prepared by the contractor and submitted within 30 days after completion of the chamber refurbishment work. This report shall include free space reflectivity measurements, a record of all test methods and equipment used during testing, and all data recorded, including all RF test points, frequencies, and readings obtained. It is anticipated that the contractor?s choice of refurbishment materials, methods, and techniques will enable the chamber to meet the specifications outlined in section C-3. In the event that there are instances of non-specification performance, the contractor will take such remedial action as are reasonable to provide ?fixes? and the measurements will be repeated to verify conformance. All re-measurement procedures shall be witnessed by a NSWC Q50 representative. If, prior to installing the new RF absorber material, the contractor has reason to believe that the specifications cannot be met, he will notify the NSWC Q50 COTR in writing, and recommend values which he believes to be reasonable for the conditions. NSWC may, upon reviewing the request for an alteration of specified performance, grant such a waiver prior to or during the actual measurement program. The reflectivity performance of the anechoic chamber shall be measured by a procedure using the ?Free Space VSWR? technique based on best commercial practices. At a minimum, measurements shall be made at each of the following frequencies: 0.2 GHz, 0.5 GHz, 1.0 GHz, 3.0 GHz, 10.0 GHz, and 18.0 GHz. Testing at 0.2 GHz and 1.0 GHz will be performed for circular polarization as well as horizontal and vertical linear polarization. The report should identify the lowest possible frequency below 0.2 GHz at which the reflectivity specifications can still be met. The Contractor shall provide all labor and materials to complete the tasks in the following CLINS: 0001: Contractor shall remove and dispose of all existing RF absorber material in the anechoic chamber, clean chamber surfaces, replace RF absorber material, and provide test plan in accordance with the Statement of Work. Interested vendors must be able to demonstrate, in writing, their capability to meet the requirements of the Statement of Work. A list of proposed materials should accompany the proposal. No samples are needed. It is desired that the requirement be complete by 15 March 2008. Offerors are to provide an estimated completion date or lead time on quote/proposal (how many days, weeks). Offerors are required to submit milestone timeframes that demonstrate that they can meet the desired deadline. These milestones include: proposed start date, estimated date for completing removal of the old RF absorber material, estimated date for completing installation of the new RF absorber material, estimated date for chamber characterization, and estimated date for submission of the test report. Offerors have the option of stating a date when they would have their modeling completed with their proposed/calculated RF absorber layout. Prospective bidders will be allowed to visit the Chamber at NSWCDD. A SITE VISIT IS SCHEDULED DURING THE FOLLOWING PERIODS: DECEMBER 19-20, 26-28 2007 & JANUARY 2-4, 2008. Contact the following numbers if interested in viewing the chamber during those time periods: 540-653-0079 & 540-653-7038. Interested companies should contact both numbers. The order shall be a firm-fixed price purchase order. Pricing will be FOB Destination to the Naval Surface Warfare Center, Dahlgren, Virginia. Therefore, the quote/proposal must include all applicable shipping charges. PROVISIONS/CLAUSES. The combined synopsis/solicitation incorporates, by reference, Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFAR) provisions and clauses as follows: FAR 52.212-1 Instructions to Offeror ? Commercial Items; FAR 52.212-2 Evaluation ? Commercial Items. Factors used to evaluate offers are (in order of importance): (1) technical capability to meet the Government requirement, (2) past performance, and (3) price performance. Technically acceptable capabilities when combined with past performance are significantly more important than price/cost. In regards to the past performance evaluation factor, offerors shall include with their proposal recent experience in conducting projects directly related to the Statement of Work; FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-1 Instructions to Offerors ? Commercial Items. The purchase order will include a clause prohibiting employment of any active-duty U.S. Government military or civilian personnel without prior written approval of the Contracting Officer as well as FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (with selection of elements as required by FAR prescription); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; DFAR 252.212-7000 Offeror Representations and Certifications ? Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial items (with selection of elements as required by DFAR prescription.) The FAR and DFAR provisions and clauses referenced by this synopsis/solicitation can be found in full text at http://www.farsite.hill.af.mil. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21 effective 7 November 2007 and Class Deviation 2005-o0001. AWARD: Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror?s quotation for this requirement. In order to be eligible for award, firms must be registered in the Central Contractor Registration (CCR). Vendors may obtain information on registration in the CCR on the Internet at http://www.ccr.gov. The solicitation number is N00178-08-Q-3007. Inquiries shall be directed to XDS13-8 at (540) 653-7765 or FAX (540) 653-6810. The closing date is 8 January 2008 at 2 PM Eastern Time. Offers may be submitted via e-mail in Microsoft Word format to DLGR_NSWC_XDS13@navy.mil, or via FAX at (540) 653-6810, Attn: XDS13-8. Reference Request for Proposal Number N00178-08-Q-3007 on all correspondence. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory, Procurement Division has implemented electronic Commerce (EC) in the acquisition area; therefore, this synopsis will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/Supply. This synopsis/solicitation is being issued in accordance with Numbered Note 1.
 
Record
SN01472348-W 20071220/071218225139 (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.