Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

54 -- Communications Lab

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2009-Q-11445
 
Archive Date
9/30/2009
 
Point of Contact
Margaret L Mooney, Phone: (412)386-6431
 
E-Mail Address
zia3@cdc.gov
(zia3@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE SOLICITATION NOTICE: The Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), Pittsburgh, PA, has a requirement for a communications lab. This requirement is solicited as a small business set-aside. The CDC intends to award a single Firm-Fixed-Price Purchase Order in accordance with FAR Part 13. The period of performance is delivery required by October 16, 2009. 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of fabrication, delivery and installation of a commercial prefabricated structure designed as a shielded enclosure for the prevention of radio frequency interference. Project Location: 626 Cochrans Mill Road, Pittsburgh, PA 15236 Government: U.S. Department of Health & Human Services (DHHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH). B. The Work consists of fabrication, delivery and installation of a radio - frequency shielded enclosure for the evaluation of underground mine communication systems and for performing basic research and development on wireless systems. 1. The Work includes fabrication, delivery and installation of a prefabricated RF shielded enclosure of 240 sq. ft. with an 8 ft. ceiling and with radio frequency suppression of 100 dB @ 10 kHz - 10 GHz. The enclosure shall include air conditioning, lighting, receptacles and data / phone outlets. Assembly of the prefabricated enclosure on site at the NIOSH facility shall be performed by employees of the enclosure fabricator. Shipping costs for the enclosure shall be Prepay and Add. 2. The shielded enclosure as described above shall be subdivided internally into two rooms. The partition dividing the enclosure into two rooms shall also be shielded. The two rooms shall measure 16' x 10', and 8' x 10'. The internal partition shall include four each of the following bulkhead connectors: 2.1 BNC connectors 2.2 N-Type connectors 2.3 SMA type connectors 2.4 Pass - through (with gland if necessary) to pass 4 twisted pairs through. 3. Both rooms inside the enclosure shall have AC power isolated between sides and regulated for both sides. 4. A door shall be included in the partition, and shall open against an outside wall. 5. A door to the outside shall be included. 6. Both doors shall be 3' x 7', RCM shielded, with maintenance kit. 7. Engineering drawings, plan and elevation, shall be included for approval. 8. Dedicated project management service shall be included. 9. All panels and framing shall be included for a complete, self - supporting enclosure. 10. The air vents for the larger room in the enclosure shall be two - 24" x 24" wave-guide air vents, with dielectric neoprene collars. 11. The air vents for the smaller room in the enclosure shall be two - 12" x 12" waveguide air vents, with dielectric neoprene collars. 12. The enclosure shall include two - 2 wire, 30 amp 277/480 volt max rating power line filters (one for each room). 13. The enclosure floor shall include vinyl composition tile (VCT). 14. The interior rooms shall be painted off - white. 15. A Ground Stud shall be provided. 16. All interior power wiring shall be routed to an electrical panelboard mounted on the exterior wall of the shielded enclosure. Sizing of the panelboard shall be by the Seller, but shall be not less than 100 amp service. Interior wiring shall include seven (7) duplex receptacles, lighting and wiring for the air conditioning units. 17. Interior wiring shall be included for telephone and computer service. The Seller shall terminate the data and phone wiring at an exterior wiring box for connection of these services by the Government. Three interior phone / data boxes shall be included as shown on the drawing of the enclosure. Each phone / data box shall have two ivory colored RJ45 wall jacks in the upper section, and two green RJ45 phone jacks below. 18. Assembly and installation of the RF shielded enclosure shall be by the seller's employees, and shall include leveling of the enclosure on the existing floor. 19. Two (2) ceiling - mounted air conditioning units shall be furnished (one for each room). 20. The two interior rooms shall be painted inside an off-white color, using coating materials suitable for the materials of fabrication. 21. Radio Frequency Certification Testing by a third party independent test service shall be included, per IEEE 299, up to 10 GHz, with Test Report submittal. 22. The RF shielded enclosure, when tested in accordance with IEEE 299, shall meet the following levels of shielding effectiveness: Frequency Field Attenuation 14 kHZ to 400 MHz Electric 100 dB 400 MHz to 1 GHz Plane Wave 100 dB 1 GHz to 10 GHz Plane Wave 100 dB 10 GHz to 18 GHz Microwave 100 dB 18 GHz to 40 GHz Microwave 100 dB D. Evaluation Factors for Proposals The following factors shall be used to evaluate bids / proposals by potential Seller. 1. Compliance with Specifications 2. Pricing 3. Delivery Time Requirement 4. Ability to Modify / Maintain the Shielded Enclosure in the Field E. Delivery 1. Delivery to Building 152 at the NIOSH site at 626 Cochrans Mill Road. Pittsburgh, PA 15236, is needed by October 16, 2009. 1.2 WORK SEQUENCE A. The Work shall be conducted in one phase. 1.3 USE OF PREMISES A. General: Seller shall have full use of premises for enclosure assembly operations, including use of Project site, during the assembly period. Seller's use of premises is limited only by Government's right to perform work or to retain other Sellers on portions of Project. B. Cooperate fully with separate Sellers so work on those contracts may be carried out smoothly, without interfering with or delaying work under this Contract. The complete solicitation document, and reference material, if applicable, will be available for downloading at www.fedbizopps.gov on or about July 13, 2009 and quotes will be due on or about July 28, 2009. No verbal or written requests for copies will be accepted. It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet site. No government-wide notes apply. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a federal contract. The website is: www.ccr.gov All responsible responsive sources may submit an offer which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2009-Q-11445/listing.html)
 
Place of Performance
Address: CDC, NIOSH, 626 Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236, United States
Zip Code: 15236
 
Record
SN01857347-W 20090627/090626000626-8214c9086b22aa044a612e1fb028aedc (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.