Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10, 2001 PSA #2826
SOLICITATIONS

E -- CONSTRUCTION OF AN RF EMI SHIELDED ENCLOSURE

Notice Date
April 6, 2001
Contracting Office
Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1007, Room 44, Stennis Space Center, MS 39529-5004
ZIP Code
39529-5004
Solicitation Number
N00173-01-R-JR04
Response Due
May 7, 2001
Point of Contact
Jerry Riles, Contract Specialist, (228) 688-4259
E-Mail Address
click here to contact the contract specialist via (jriles@hawkeye.nrlssc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement, in conjunction with the below referenced Statement of Work, constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N00173-01-R-JR04, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-15 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is $5.0 million and the NAICS Code is 541380. This acquisition is unrestricted. A Statement of Work which provides a detailed description of the RF EMI Shielded Enclosure requirement, is available via NRL's web site at: http://heron.nrl.navy.mil/contracts/rfplist.htm . All interested parties should access and download a copy of the document, which will be used as an attachment to any resulting contract (Reference RFP Number: N00173-01-R-JR04). (1) INTRODUCTION: This specification establishes the design, construction, and quality assurance requirements of a turnkey shielded enclosure. The shielded enclosure consists of one 12w' x 24d' x 8'h (nominal) metal-walled structure, along with all the necessary ancillary equipment for a complete, functional Radio Frequency (RF) spacecraft electronics test facility. (2)BACKGROUND: Over the past fifteen years, enhancements to achieve electronic system performance and sensitivity specifications have resulted in several long-term program requirements for verification of critical system parameters using calibrated measurement equipment operated in an Electro-Magnetic Interference (EMI) shielded enclosure. In this facility, Naval Research Laboratory (NRL) engineers make measurements that provide validated assessment of the frequency source phase noise, Allan variance, and receiver sensitivity of space and terrestrial military electronics developed at the NRL. The specifications describe the construction of the new shielded enclosure that will serve as a replacement for the existing test facility. The replacement enclosure shall satisfy the established requirements for attenuation of EMI levels needed to sustain continuity of program test activity. (3) SCOPE: The contractor shall be responsible for the design, construction, assembly, installation, performance testing, documentation, materials, and labor for a complete, functional shielded enclosure. The enclosure shall be free standing with no attachments to the parent building except as authorized for electrical/HVAC building services. The shielded enclosure shall be subject to typical EMI testing use including varying and movable floor loads, repetitious use of the access door, and continuous duty cycle of all ancillary equipment. The shielded enclosure shall include the following, as a minimum: 1. Modular galvanized steel laminate panel shielded enclosure with framing system for floor, wall, and ceilings 2. Vinyl Floor Tile with Static Dissipative Properties Forbo ColoRex Brand: Part No. AS3201 or suitable equivalent approved by procurement originator 3. Underlayment, Dielectric Vapor Barrier, Conductive Primer, Copper Grounding Strips, and Conductive Tile Adhesive 4. One each 4' x 7' clear opening Manual Knife Edge Door 5. One each 3' x 7' clear opening Manual Knife Edge Door 6. Eight each 12" x 12" honeycomb waveguide air vents, with dielectric collar and transition adapter (6" flex) to existing HVAC ducting 7. Installation of a Pneumatic Thermostat (Thermostat is GFE) 8. One each 24" x 24" bulkhead connector panel with removable center panel. 9. Electrical Package 100 amp, 120/208V, 4 wire service, power panel with circuit breakers; 20 amp 120V duplex receptacles; Powerline Filters are GFE to be removed from the existing shielded enclosure in building 209 for reuse in the new enclosure. 10. Lighting 18 each 180 watt incandescent light fixtures 11. One each threaded brass ground stud 12. Copper ground bus bar with ground stud on three sides of the enclosure 13. RF Shielding Effectiveness Testing (4) DOCUMENTATION: The contractor shall furnish all reports, schematics, drawings, manuals, etc. The contractor shall provide a user and maintenance manual for the shielded enclosure, doors, and all ancillary equipment needing routine maintenance. The manuals shall describe the procedure in detail to maintain the shielded enclosure under the contractor's warranty. (5) FINAL ACCEPTANCE TEST REPORT: The contractor shall provide the contracting officer the final acceptance test report, including all the original data, for the completed shielded enclosure. Pass or failure of the requirements shall be clearly stated and the proposed resolution of any unacceptable performance shall be presented. (6) WARRANTY: All hardware shall be warranted in accordance with standard commercial practices, and shall cover all parts and labor. The warranty period shall begin after installation, testing and acceptance of the Shielded Enclosure. Construction, assembly, installation, performance testing, installation and acceptance is the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination, no later than 90 days from date of award. The FAR and DFAR provisions and clause sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) price (2) technical capability of the item offered to meet NRL's need (3) past performance. Technical and past performance combined, are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions located in full text at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.204-7004, and DFARS 252.232-7009. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offerors proposal must be delivered to Contracting Officer, Bldg. 1007, Rm. 47, Naval Research Laboratory-SSC, Code 3235:JR, Stennis Space Center, MS, 39529-5004, and received no later than 4:00 p.m. E.S.T. on 07 May 2001. The package should be marked RFP N00173-01-R-JR04, Closing Date: 07 May 2001. For more information regarding this solicitation contact Jerry Riles, Contract Specialist at (228) 688-4259. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number JR04. Cite: (W-259 SN122785)
Web Link
click here to download a copy of the Statement of Work (http://heron.nrl.navy.mil/contracts/rfplist.htm )
Record
Loren Data Corp. 20010410/ESOL001.HTM (W-096 SN50I569)

E - Purchase of Structures and Facilities Index  |  Issue Index |
Created on April 6, 2001 by Loren Data Corp. -- info@ld.com