Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2007 FBO #1976
SOLICITATION NOTICE

66 -- Radar Absorbent material (RAM), 3,4,& 5 foot tall for low frequency test capability

Notice Date
4/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA9302-07-P-E039
 
Response Due
5/7/2007
 
Archive Date
12/12/2007
 
Point of Contact
Mary Uptergrove, Contracting Officer, Phone 661-275-2538, Fax null,
 
E-Mail Address
mary.uptergrove@edwards.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and DFARS Change Notice (DCN) 2007-03-27. Standard Industrial Classification (SIC) code is 3825 and the size standard is 500. NAICS is 334515. The 412th TW at the Air Force Flight Test Center, Edwards AFB has a requirement to provide 3 foot, 4 foot, and 5 foot high radar absorbent material (RAM) low frequency test capability in the Benefield Anechoic Facility (BAF). NOTES: (1) Unless noted otherwise, all RAM dimensions below refer to nominal height, i.e.: 600 mm is close enough to 24 inches. (2) Unless noted otherwise, standard base dimensions required are 24 inch x 24 inch (600 mm x 600 mm may be acceptable). (3) If your company does not currently produce the particular item requested, do not quote unless your company can deliver within 6 Months After Receipt of Order. (4). Quotes for any product containing uncharacterized RAM coating treatment WILL NOT be considered by the Government during the selection process. (5) If your company produces some of the items requested, you may submit a quote for those items. This purchase will be for 140, Each, 60 inch pyramidal absorbers; 140, Each, 48 inch pyramidal absorber; and 140, Each, 36 inch pyramidal absorber, each with a base of 24 inches by 24 inches in accordance with the following Statement of Work and specifications: STATEMENT OF WORK FOR 3 FOOT, 4 FOOT AND 5 FOOT MICROWAVE PYRAMIDAL FLAME-RETARDANT ABSORBERS. 1.0 SCOPE: The 772nd Test Squadron of Edwards AFB, CA has a requirement to provide low frequency test capability in the Benefield Anechoic Facility (BAF). This low frequency capability requires the installation of large foam absorbers in order to eliminate multi-path reflections back to the System Under Test (SUT). The purchase of 140 pieces of 60 inch pyramidal absorber, 140 pieces of 48 inch pyramidal absorber and 140 pieces of 36 inch pyramidal absorber, each with a base of 24 inches by 24 inches, is needed to provide the necessary attenuation at these frequencies. 2.0 APPLICABLE DOCUMENTS: 1) IEEE Standard 1128 ? ?Recommended Practice for RF Absorber Performance Evaluation in the Range 30 MHz to 5Ghz.? 2) NRL Report 8093 ? ?Modified Smoldering Test of Urethane Foams Used in Anechoic Chambers.? 3.0 REQUIREMENTS: 3.1 Testing for Frequency Performance. 3.1.1 Low Frequency Testing: Each piece of absorber shall be uniquely numbered and tested. Low frequency testing will be performed using a coaxial reflectometer according to IEEE Standard 1128. The IEEE low frequency method requires absorber to be tested with eight 2 foot by 2 foot pieces at a time, which is acceptable to verify the low frequency performance. The absorber must be tested from 80 Mhz to 500 Mhz and meet or exceed the stated attenuation values. The required break points are listed in the table below: Reflectivity Attenuation in dB @ Normal Incidence for Various Absorber Heights Frequency (MHZ) 36 inch 48 inch 60 inch 80 N/A 15 15 120 N/A 20 20 200 N/A 30 30 300 30 35 35 500 40 40 40 Electronic and/or paper copies of the measured reflectivity data shall be delivered for each group of 8 pieces tested, indicating which serially numbered pieces were tested and whether or not they passed the reflection requirements defined in the table above. 3.1.2 High Frequency Testing: High frequency reflectivity measurements are required for at least 10% of each sub-lot. The frequency range required for this measurement is from 6 to 18 GHz at near normal incidence angle. Test samples will be taken from sub-lots throughout all manufacturing runs. Electronic and/or paper copies of the measured reflectivity data will be delivered for each set of absorber tested, indicating which serially numbered pieces were tested. 3.1.3 Data Delivery Requirements. All data collected for low frequency and high frequency testing must be provided on or before date of absorber delivery. The US Government will not accept any shipments of absorber which are not provided with the required associated data upon date of absorber delivery. Each measurement plot must identify by serial number which pieces were tested for that plot. Additionally, a table must be provided to show which serial numbers belong to which sub-lot. 3.2 Manufacturing Constraints. 3.2.1 Glue lines. Due to the multi-use test nature of the BAF, glue lines are undesirable for high frequency BAF tests. If any manufactured absorber will include any seams whatsoever, the seam location(s) must be provided and the absorber pieces with those seams must be identified by serial number. 3.2.2 Pyramid Design. The absorber to be purchased for this SOW may be of either standard pyramid or twisted pyramid design. In no case, however, should the manufacturer mix-and-match pyramid styles in the performance of this SOW. All 36-inch, 48-inch and 60-inch absorber purchased under this SOW shall be of either standard pyramid or twisted pyramid design, but not both. 3.2.3 Footprint Size Tolerance. Each piece must measure 24 inches square. The BAF is marked with a 4 foot by 4 foot grid that has been permanently scored onto the entire concrete floor. As such, absorber must fit onto that grid. The absorber cannot be consistently oversized, but should instead be manufactured to a 24 inch by 24 inch base with a maximum size tolerance of +0.0 inch/-0.25 inch. 3.2.4 Cleanroom Requirement. The absorber must not shed or leach carbon and/or fire retardants -- whether that is achieved by an inherent closed-cell design or a complete Latex-type coating over all surfaces -- including the bottom. All absorber to be purchased as part of this SOW must not shed carbon particles during normal handling -- including dropping an upright piece of absorber from a height of 3 feet onto a concrete surface (with the bottom absorber surface impacting the concrete). If used, the Latex-type coating on the bottom surface may be thicker than on other surfaces. 3.3 Delivery Constraints. Absorber delivery must be coordinated with the 772nd Test Squadron Director of Operations (772 TS/DO). The last delivery of the entire order should not exceed 4 weeks from the first delivery. 3.4 Fire Retardancy Independently test the flammability of the absorber?s manufacturing method to meet the fire retardancy required by NRL Report 8093 (Tests 1, 2, and 3). 3.5 Physical Characteristics for Absorber. The physical description of the 36 inch, 48 inch and 60 inch pyramidal absorber is provided in the table below: Overall Height 36, 48 and 60 inches +/-0.5 inch Overall Absorber Footprint 24 inches square +0.0/-0.25inch Pyramids per piece 4 for 36 inch, 4 for 48 inch, 1 for 60 inch Pyramid Shape Conventional or twisted pyramid Fire Retardancy IAW NRL Report 8093 (Tests 1, 2 and 3) Sealing (closed cell design or paint must prevent the release of carbon particles) If used, paint must be Light Blue (required on all surfaces including the bottom) 3.6 Past Performance Requirements. Provide evidence of previous contract success in meeting identical or similar requirements: a. Absorber manufactured to similar specifications (SOW Para 3.5). b. Meeting flammability testing requirements IAW NRL Report 8093 (Tests 1, 2 and 3). c. Ability to deliver a similar quantity of absorber within the time frame specified (SOW Para 3.3). 3.7 Program Management. The contractor shall notify the AFFTC Contracting Officer?s Technical Representative (COTR) in a timely manner concerning any issues that would adversely impact the contractor?s ability to meet and satisfy the performance or schedule requirements of this SOW. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA, 93524, within 6 Months After Receipt of Order. Offerors are required to submit enough information with their quote for the Government to evaluate the minimum technical requirements detailed in this combined synopsis/solicitation. THE FOLLOWING PROVISIONS AND CLAUSES APPLY: CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman Offers are due at the Air Force Flight Test Center, Directorate of Contracting, Attn: Mary Uptergrove, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than 07 May 2007 at 2 pm PST or e-mail address: mary.uptergrove@edwards.af.mil.
 
Place of Performance
Address: Edwards AFB CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01279242-W 20070425/070424014229 (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.