Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

35 -- Interagency Test Laboratory Chamber - Appendix A Chamber Dimensions

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
 
ZIP Code
85613-5000
 
Solicitation Number
RFPTBDACCH
 
Point of Contact
Rhonda Gill, Phone: 5205387404, Kimberly Ogden, Phone: 520-533-2361
 
E-Mail Address
rhonda.k.gill.civ@mail.mil, kimberly.a.ogden.civ@mail.mil
(rhonda.k.gill.civ@mail.mil, kimberly.a.ogden.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix A - Chamber Dimensions Sources Sought Synopsis The U.S. Army Contracting Command (ACC) - Aberdeen Proving Ground (APG), Huachuca Division is seeking information on business sources that can provide non- personal services to provide an anechoic audio and radio frequency (RF) chamber system on behalf of the United States (U.S.) Army Electronic Proving Ground (USAEPG). The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the business community who can support this requirement. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received and responders are solely responsible for all expenses associated with responding to this RFI. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and shall not be accepted by the Government to form a binding contract. Please address each of the following by restating them and providing your response under each one. 1) Company Name: Address: DUNS: CAGE Code: 2) Point of Contact to include name telephone number and e-mail address. 3) Address your capabilities to accomplish the service and provide highlights of successful past performance on similar government contracts within the past three years. 4) List the name of the contract, contract number, and assigned Administrative Contracting Officer's (ACO) name and phone number for past experience. 5) The vendor should provide information covering price, delivery, installation of chamber, and other market anechoic audio and RF chamber information. Please identify (with rationale) the pricing arrangement most appropriate based upon the draft technical characteristics and Appendix for this type of requirement. 6) A responding company must demonstrate the willingness and capability to provide the service identified in this Sources Sought, to help the Army determine prospective contractors. 7) Describe your current capability and experience in regards to those identified in the draft Technical Characteristics and Appendix. Technical Characteristics - (see Appendix on page 4) Overall exterior length needs to be not more than 28-feet; exterior height not more than 14-feet (caveat the ventilation drops down to 15-feet in the building that it is going into, so if a 1-foot gap is not sufficient, may need to adjust), goal of not more than 14-feet wide with some wiggle room. If that is not possible as drawn (shown in Appendix), then the dimensions drawn will need to change. Control chamber to audio chamber needs audio isolation. The inside of the room will have a measured sound level of 100dBSPL, we need to not be able to hear that inside the control room. At least a 15-inch x 15-inch bulkhead (centered width wise and 4-feet high) needs to lead from the audio chamber to the control room the port plate will go to the back of a 19-inch rack standing 6-feet high. The isolation from the inside of the chamber to the outside needs to be substantial. This includes the ante-room on back that will house the audio source. 90dB seems like a good number. This is based on 100dBSPL at the face of the wall is being generated by a source at the opening of the opposite wall. Empirical evidence shows we are generating at least 130dB at the source. We would like the outside to be no more than 50dBSPL. (Note, we need the office space in the room next to us to not hear the audio chamber at all. The wall between office and lab is separated by sheetrock on each side of a 6-inch wall with separate ventilation. We do not have a good measurement, but we think it probably has 20dB of isolation. The chamber's audio anechoic needs to be wrapped in grounded hardware cloth or some other mechanism to dissipate static electricity. The chamber and control room require fire suppression. The chamber and control room require ventilation. Electromagnetic Interference (EMI) isolation performance: E Field Isolation 10kHz to 5GHz 90dB+ Alternative solutions to meet requirements (i.e.... audio chamber in RF chamber) are welcome. Interested parties are requested to respond to this RFI with a white paper in PDF format. Submissions cannot exceed 6-pages, single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOps will be the sole repository for all information related to this RFI. The proposed North American Industry Classification System (NAICS) Code is 334220-Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and the proposed Standard Industrial Classification (SIC) code is 3663- Radio and Television Broadcasting Equipment. Technical capability statements can be submitted in your own format, addressing items 1- 9 above, and shall be 10 pages or less. This is not a request for proposal nor is the technical capability statement considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 8) Identify your company's size given the above NAICS Code. Should the above NAICS Code be deemed not appropriate please identify the appropriate NAICS Code based upon the PWS. 9) Identify your company's socio-economic status. 10) If you identify your company as a Small Business, please indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (c) (1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company). 11) If your company is a large business please explain if you will utilize small business and if so please include a realistic small business goal for the work depicted in the draft PWS. Responses are due by 10:00 a.m., Arizona Time/MST on 18 January 2017. Please send your responses via e-mail to Ms. Kimberly Ogden at kimberly.a.ogden.civ@mail.mil and Ms. Rhonda Gill at rhonda.k.gill.civ@mail.mil. Telephone responses will not be accepted. Responses must come electronically or by mail. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Point of contact is Rhonda Gill. Prospective vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to the award of a contract and it is highly recommended SDVOSB register with the United States Department of Veterans Affairs registry at www.vip.vetbiz.gov. Response Date: 18 January 2017 Response Due Time: 10:00 hours/10:00 a.m. Time Zone Due: Arizona Time/Mountain Standard Time Appendix is a draft and is subject to change. Appendix Included-If appendix does not show please contact Rhonda Gill at the below contact information. RHONDA GILL, Contract Specialist ACC-APG Huachuca Division 2133 Cushing Street, Room 3410 Fort Huachuca, AZ 85613 E-Mail: rhonda.k.gill.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4bed2362cb4147d89cdfda911b81a99b)
 
Place of Performance
Address: E3 Test Facility, Blacktail Canyon Building 12507, Fort Huachuca, Arizona, 85613, United States
Zip Code: 85613
 
Record
SN04354130-W 20161218/161216234346-4bed2362cb4147d89cdfda911b81a99b (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.