Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

66 -- Reverberation Chamber

Notice Date
8/25/2008
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-08-RQ-0799DR
 
Response Due
8/29/2008 3:00:00 PM
 
Archive Date
9/1/2008
 
Point of Contact
DianaRomero,, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Reverberation Chamber (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-08-RQ-0799DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This solicitation is unrestricted and open to all sources. The associated NAICS code is 334515. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 Reverberation Chamber Quantity one (1) each. (VI) Description of requirements is as follows: Reverberation Chamber with the following specifications for the above line item. Overall We are interested in a turnkey reverberation chamber system. The principal part of this will be a shielded room, but other items are also required, as described below. Shielded Room Modular galvanized steel RF-shielded enclosure with nominal external shield dimensions of 14'-0" length x 12'-0" width x 10' height. Note: Height is limited by concrete beams. An extra 18" is available between the beams. Total height may be reduced to accommodate mounting hardware and motors, but internal height should be as large as possible. Must demonstrate 100 dB of shielding at 1 GHz. Shielded Doors Single-leaf 4 ft. x 7 ft. manually operated RF-shielded door including door-open sensor or switch for optional radio frequency safety interlock system Waveguide Air Vents Waveguide air vents - 12 in. x 24 in. (305mm x 610mm) for use up to 18 GHz. One located near the floor, and another located diagonally from the first in the chamber ceiling or on a side wall near the ceiling. Power Line Filters UL listed 50/60 Hz power line filter suitable for two independent 20 amp circuits: One for interior lighting One for a single interior 20 amp duplex convenience outlet. Light Fixtures Minimum of two incandescent light fixtures with floodlights Connectors and Panels 4 Connector panels, one on each wall, each with 2 - precision (18 GHz) N-type bulkhead feed-through connectors 2 - 3.5 mm bulkhead feed-through connectors. 2 connector panels will be for wall openings with minimum dimensions 16" wide by 12" high. The other 2 connector panels will be for wall openings with minimum dimensions of 24" wide by 6" high. All panels will be placed within 36" of the floor and roughly centered on each wall. Paddles 2 wall-to-wall paddles and mounting shafts; one positioned vertically and one horizontally within the chamber. Each paddle supports continuous rotation at 1 to 16 RPM and stepped operation with step increments of 0.25 degrees or smaller. The paddle (also known as tuner or stirrer) shall be irregularly shaped metal that will inscribe a cylinder of approximately 0.85 to 1.0 meter in diameter. Performance Testing Shield test per MIL-STD-285 (one frequency test at 1 GHz) 1 Empty chamber Reverberation Validation Test per IEC 61000-4-21 (200 MHz to 3.1 GHz) - installation - 1 year warranty including travel, replacement parts, and customer support - No refurbished equipment will be acceptable. - Must be manufacturer or authorized manufacturer's dealer for items being offered. (VII) Required delivery 90 day ARO. Place of delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide the brand name of an "equal" product, including manufacturer and model no. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Compatibility, 2) Past Performance, 3) Delivery, 4) Warranty and 5) Price. 1) Technical Capability - the RFQ shall address all the specifications outlined above and shall provide indication of understanding and ability to meet requirements. 2) Past Performance - the RFQ shall include no fewer than three (3) references, including address, phone number, and point of contact, from users who recently been sold equivalent of the proposed items. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. 3) Delivery - the RFQ shall state delivery time. 4) Warranty - the RFQ shall indicate the applicable warranty. 5) Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (28) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (29)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 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/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 3:00 P.M. MST/MDT on August 29, 2008. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7791 and email address is Diana Romero@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c02c97241bcac68a91c6c96c4d4c6db4&tab=core&_cview=1)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01650026-W 20080827/080825221639-c02c97241bcac68a91c6c96c4d4c6db4 (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.