Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2008 FBO #2485
SOLICITATION NOTICE

59 -- Replacement of an Antiquated Shielded Enclosure with Anechoic Material at the E3 Test Facility with a New Modular RCM Anechoic Shielded Enclosure for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
9/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGRCM
 
Response Due
9/22/2008
 
Archive Date
11/21/2008
 
Point of Contact
Carmen Simotti, 520-533-8189<br />
 
Small Business Set-Aside
N/A
 
Description
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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 1 each; replace an antiquated shielded enclosure with anechoic material at the E3 Test Facility with a new Modular RCM anechoic shielded enclosure. Description of Work: Contractor shall remove and dispose of existing modular shielded enclosure, including control room, RF absorber, and disconnect the existing electrical supply to the shielded enclosure prior to removal. The contractor shall provide and setup a new modular RCM shielded enclosure 16 ft width x 28 ft long x 14 ft high with control room. The contractor shall provide the following: two RF 48 inch x 84 inch RCM shielded doors for the modular RCM shielded enclosure, three 24 ft x 24 ft penetration panels for the modular RCM shielded enclosure, two 24 inch x 24 inch wave guides for the modular RCM shielded enclosure, two low EM emissions florescent light fixtures in the modular RCM shielded enclosure, one low EM emissions florescent light fixture in the control room of the modular RCM shielded enclosure, and C-RAM SFC-24, C-RAM SFC-24EM, C-RAM SFC24 EM, C-RAM Corner block RF absorber material on the ceiling and wall areas of the modular RCM shielded enclosure. The RF absorber material must maintain a minimum absorption discussed in Table I, MIL-STD-461E as follows. TABLE I. Absorption at normal incidence: frequency: 80 MHz 250 MHz; minimum absorption: 6 dB; frequency above 250 MHz; minimum absorption: 10 dB. The contractor shall configure existing RF filters in the modular RCM shielded enclosure, reconnect the existing fire protection system to the modular RCM shielded enclosure, and reconfigure the existing HVAC system to the modular RCM shielded enclosure. Flow-through material must be used at AC ducting and return air upon reconfiguring of HVAC system. The contractor shall provide two camera mounts in the modular RCM shielded enclosure that extend past the anechoic material to accommodate mounting of RF hardened cameras for safety and EUT monitoring, and reconnect the existing electrical supply to the modular RCM shielded enclosure. The modular RCMshielded enclosure must have adequate conduit/power outlets, ground points to support MIL STD 471-E instrumentation operation, and equipment under test configuration for test. Power outlets and ground points will positioned out/installed for ease of access with anechoic material. The power outlets in the control room of the shielded enclosure must be of sufficient quantity to support EMI instrumentation operations. The contractor shall conduct and certify RF shield test and inspection, IAW NSA 65-6/MIL-STD-285, RF Shielding testing, and repairs of the modular (RCM) shielded enclosure. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Monday, 22 September 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notice. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This is full and open competition. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2008). The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc1e1e1a5c374f74a25eaa0155a1a54f&tab=core&_cview=1)
 
Place of Performance
Address: Installation and Mission Contracting Command, E&IO, ATTN: SFCA-WS, Electronic Proving Ground Directorate of Contracting, Bldg 55350, 2000 Arizona Street Fort Huachuca AZ<br />
Zip Code: 85613-7063<br />
 
Record
SN01669821-W 20080915/080913213922-dc1e1e1a5c374f74a25eaa0155a1a54f (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.