Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

58 -- SOURCES SOUGHT: Radio Frequency Shielding Absorbers

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-R-0010
 
Archive Date
12/17/2017
 
Point of Contact
Kelli M Locker, Phone: 9375224639
 
E-Mail Address
kelli.locker@us.af.mil
(kelli.locker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI/Sources Sought is issued solely for information and planning purposes to identify potential vendor(s) that supply the products outlined herein and are capable of providing a firm-fixed price for accomplishment of the requirements in full. This RFI/Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Responses may be submitted electronically to the following e-mail address: kelli.locker@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8601-18-R-0010SS, RF Shielding Absorbers." If this subject line is not included, the email may not get through email filters at Wright-Patterson Air Force Base. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. Small business entities interested and capable of fulfilling the requirements contained herein can provide their business profiles to the contract specialist below by email. Please provide small business size, capabilities, location, experience, and ownership. All notification regarding this sources sought will be issued electronically only through this website. Interested businesses must be registered with the System for Award Management (SAM). If not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov. Responses are due not later than 16 December 2017 by 11:59pm Eastern Time. Direct all questions concerning this sources sought to Kelli Locker at kelli.locker@us.af.mil. Questions over the telephone will not be taken. Minimum Requirements Description: General This specification is for radio frequency (RF) shielding absorbers that will allow the RF Chamber to block electromagnetic radiation (EMR) in order to isolate space flight radios and accurately qualify enduse space hardware. The RF shielding absorbers shall: 1) Meet or exceed MIL-STD-461E/F 2) Have minimum absorption: a. 80 MHz at 8 dB b. 100 MHz at 15 dB c. 200 MHz at 20 dB d. 300 MHz at 25 dB e. 400 MHz at 20 dB f. 500 MHz at 15 dB g. 600 MHz at 15 dB h. 700 MHz at 12 dB i. 800 MHz at 12 dB j. 900 MHz at 12 dB k. 1 GHz at 25 dB l. 2 GHz through 40 GHz at 35 dB 3) Cover the inner walls and ceiling of RF Chamber in accordance to MIL-STD-461E/F a. Inner dimensions of RF Chamber: 119 in x 99 in x 120 in (WxLxH) 4) Leave a working area inside of the chamber of at least 70 in x 48 in (WxL) 5) Be mounted to the walls and ceiling in accordance to MIL-STD-461E/F 6) Be installed on-site by the contractor 7) Be tested by the contractor after installation The materials and component parts shall comply with safety standards of CSA, UL, and/or CE. Environmental standards shall comply with RoHS and/or WEEE. Workmanship shall be consistent with best commercial practices and be free of defects and major flaws. DELIVERABLES Contractor shall provide any necessary documentation for use of the product, including but not limited to technical manuals or specifications sheets. TESTING REQUIREMENTS Contractor shall perform an operation test after installation of the absorbers. Results of the tests shall be provided. SAFETY Safety systems shall be included to prevent damage to equipment and personnel. Warning documentation shall be included. PERIOD OF PERFORMANCE The contractor shall deliver, perform the installation and all testing within 8 weeks after receipt of contract. DELIVERY AND TRAINING The contractor shall ship the absorbers to the Air Force Institute of Technology at WPAFB, OH. Great care using standard, approved packaging methods shall be taken. Installation and technical manuals of the absorbers shall be included. Contractor shall provide on-site installation, as well as provide technical support after delivery. WARRANTY Contractor shall provide a minimum two-year warranty for the absorbers. This warranty includes parts and maintenance. -End Minimum Requirement Description- -End RFI/Sources Sought Narrative-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-R-0010/listing.html)
 
Place of Performance
Address: Air Force Institute of Technology (AFIT), WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04758920-W 20171208/171206231318-a3dfa5a6d70b26c36e6fc072d52cac60 (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.