Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2008 FBO #2372
SPECIAL NOTICE

99 -- The purpose of this modification is to correct the Statement of Work.

Notice Date
5/23/2008
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408CGR06
 
Small Business Set-Aside
N/A
 
Description
N00164-08-C-GR06 P00001 The following have been modified:STATEMENT OF WORKStatement of WorkForRF Absorber07 April 2008Prepared byNaval Surface Warfare Center, Crane DivisionN00164-08-C-GR06P00001Page 3 of 6ContentsSection/Para Page1.0 Scope/Background.......................................................................................................42.0 Applicable Documents.................................................................................................43.0 RF Absorber Layout....................................................................................................44.0 RF Absorber on the Arm Assembly.............................................................................45.0 Security Clearance/Limited Background Checks........................................................56.0 Quality Assurance........................................................................................................67.0 Inspection/Acceptance.................................................................................................68.0 Warranty.......................................................................................................................6N00164-08-C-GR06P00001Page 4 of 6Statement of WorkRF Absorber1.0 Scope/Background.This Statement of Work (SOW) describes the requirements for a RF absorber which shall be fabricated, delivered, and installed at the Federal Bureau of Investigation (FBI) Engineering Research Facility (ERF) in Quantico, VA.2.0 Applicable Documents.NSWC Crane Drawing 80942410 ABSORBER LAYOUT, VACSNSWC Crane Drawing 80942435 ARM ASSEMBLY, VACS3.0 RF Absorber Layout.3.1 Requirements for RF Absorber Layout.The contractor shall perform the following tasks to support, manufacture, assemble, and install RF absorber per Drawing 80942410 in Section 2.0. The contractor shall include material and performance specifications. The Government reserves the right to request informal progress reviews to be held at the contractor's facility at a mutually agreed time.3.2 Fabrication.The contractor shall provide the material per NSWC Crane Document Drawing 80942410 listed in Section 2.0.3.3 Installation.The contractor shall be responsible for providing all labor and material necessary to install the RF Absorber per Section 3.1 in its place of operation at the Federal Bureau of Investigation (FBI) Engineering Research Facility (ERF). Installation shall include locating and positioning the material directly from the freight carrier.Installation shall occur within thirty (30) days of system delivery at the FBI ERF. If any special equipment is needed for the installation of the RF Absorber, the contractor proposal shall detail these requirements.4.0 RF Absorber on the Arm Assembly.4.1 Requirements for RF Absorber on the Arm Assembly.The contractor shall perform the following tasks to support, manufacture, assemble, and install RF absorber on the equipment detailed in Drawing 80942435 in Section 2.0. The contractor shall meet the performance specifications as described below:Material Weight shall not exceed 2.0 pounds per square foot, installed.N00164-08-C-GR06P00001Page 5 of 6Microwave Absorber shall provide approximate reflectivity reduction as follows:13 dB at 0.3 GHz15 dB at 0.4 GHz18 dB at 0.5 GHz20 dB at 0.6 GHz>20 dB at 1.0 GHz>20 dB at 6.0 GHzThe contractor shall include material and performance specifications. The Government reserves the right to request informal progress reviews to be held at the contractor's facility at a mutually agreed time.4.2 Fabrication.The contractor shall provide material to cover the item listed in NSWC Crane Drawing 80942435 meeting the performance requirements of Section 4.1.4.3 Installation.The contractor shall be responsible for providing all labor and material necessary to install the RF Absorber per Section 4.1 in its place of operation at the Federal Bureau of Investigation (FBI) Engineering Research Facility (ERF). Installation shall include locating and positioning the material directly from the freight carrier.Installation shall occur within thirty (30) days of system delivery at the FBI ERF. If any special equipment is needed for installation of the RF Absorber, the contractor proposal shall detail these requirements5.0 Security Clearance/Limited Background Checks. The contractor shall be a US Citizen. Contractor shall identify on-site managers who will be responsible for monitoring the activity all persons (employees and subcontractors). Contractor shall, at least ninety (90) days prior to starting work, submit to FBI ERF Security Office an alphabetical list of named on-site managers. The list shall include the Full Name, Date of Birth, Social Security Number, Race, Gender, and position/title/duties of each named on-site manager. The named on-site managers will be subject to a limited background investigation to include automated indices and fingerprint checks conducted by FBI ERF Security Office. The FBI ERF Security Office will issue each cleared on-site manager an identification badge to gain access through the FBI gate and entrance to the construction site. Failure to comply may result in person(s) being refused access and will not result in the Government being liable for any costs or delays in the project. Replacement on-site managers are subject to the guidelines set forth above. Contractor shall, at least forty five (45) days prior to starting work, submit to the FBI ERF Security Office an alphabetical list of all persons (employees and subcontractors) that they propose to have work on this project. The list shall include the Full Name, Date of Birth, Social Security Number, Race, Gender, and position/title/duties of each person. These individuals will be subject to an automated indices check conducted by FBI ERF Security Office. Cleared individuals will be placed on a controlled access list with the FBI. Upon arrival at the FBI East gate, individuals must provide a photo ID to gain access through the FBI gate and entrance to the construction site. Any individual not on the access list will not be allowed to enter. Failure to comply may result in person(s) being refused access and will not result in the Government being liable for any costs or delays in the project. Prior to delivering materials, equipment and tools, etc to the project site, the Contractor shall at least seventy-two (72) hours prior to delivering such materials, equipment, tools, etc, submit to FBI ERFN00164-08-C-GR06P00001Page 6 of 6Security Office an alphabetical list of the names of persons, not previously cleared for access, that they propose to deliver the material, to include their full name, date of birth, social security number, race, and gender, and position/title duties of each person. These individuals will be subject to an automated indices check conducted by FBI ERF Security Office. Cleared individuals will be placed on a controlled access list with the FBI. Upon arrival at the FBI East gate, individuals must provide a photo ID to gain access through the FBI gate and entrance to the construction site. Any individual not on the access list will not be allowed to enter. Failure to comply may result in persons(s) being refused access and will not result in the Government being liable for any costs or delays in the project. It takes approximately 30 days after receipt of the completed individuals package to process. The security Point of Contact at the FBI is Joy Byrd, 703-732-6096.6.0 Quality Assurance.The Contractor shall maintain quality assurance according to International Standards Organization 9000 standards. All materials should meet all of the fire retardancy requirements of NRL Specification 8093 tests 1, 2, and 3, MS-8-21 tests 1, 2, and 3, and ASTM E-84-97a, Class A.7.0 Inspection/Acceptance.Final Inspection and Acceptance will occur at the Federal Bureau of Investigation, Quantico, VA, after material is assembled, installed and tested.8.0 Warranty.The contractor shall provide a standard commercial warranty from the date of material acceptance.9.0 Point of ContactThe POC of the contract is Ms. Paula Hauser, Code GXLL, telephone 812-854-6649. The POC is the technical POC for non-substantive communications of a technical nature. The technical point of contact for this effort is Greg Wisniewski, Code GXRV, telephone 812-854-4753. Only the Contracting Officer has the authority to change the requirements of this contract. All communications of a substantive nature shall be made through the Contracting Office, Ms. Shirley Corbin, telephone 812-854-6219.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=60eaba620a3cd7d892609e2ed685c1af&tab=core&_cview=1)
 
Record
SN01580071-W 20080525/080523215232-60eaba620a3cd7d892609e2ed685c1af (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.