SOLICITATION NOTICE
54 -- RF Shield Enclosure
- Notice Date
- 9/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F4HBL17249A003
- Response Due
- 9/19/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Description This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0669 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070906. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 339111 and small business size standard of 500 employees. The contractor shall provide a quote for the following item on a firm fixed price basis: Item 1: RF Shielded Enclosure Description: Modular RF shielded enclosure 10 ft x 10 ft x 8 ft with inside vestibule 6 ft x 4 ft x 8 ft. Includes two (2) shielded doors 3 ft x 7 ft manually configured for vestibule operation with indicator lights, 60 amp 277/480 volt power line filter, 12 in x 12 in connector panel. Contractor to provide all material, tools, and labor to install and conduct 1 GHz shielding effectiveness test. Enclosure must be warranted to retain RF shielding characteristics for three (3) years from installation. Filters and doors must be warranted to retain RF shielding characteristics for one (1) year from installation. Contractor must submit shop drawings for approval prior to installation. The quote must include price breakdown for drawings, materials, installation, and the 1 GHz verification test. Testing should be completed immediately upon completion of the erected shielded enclosure. The quote should state how the RF enclosure will be constructed and must be constructed totally within the room volume. The scope of work for this project includes designing, manufacturing, installation, and a 1GHz verification test for the radio frequency enclosure. Performance: The RF shielded enclosure shall provide the following levels of shielding effectives when tested. Magnetic Field 1 KHz 20 dB 10 KHz 56 dB 100 KHz 90 dB 1 Mhz 100 dB Electric Field 1 KHz 70 dB 10 KHz 100 dB 100 KHz 100 dB 1 Mhz 100 dB 10 MHz 100dB Plane Wave 100 MHz 100dB 400 MHz 100dB 1 GHz 100dB Microwave 10 GHz 100dB Enclosure Configuration performance specifications follow. Size: The proposed shielded enclosure shall be of the following nominal dimensions. Length: 10 ft room, 6 ft inside vestibule (nominal) Width: 10 ft room, 4 ft inside vestibule (nominal) Height: 8 ft room, 8 ft inside vestibule (nominal) Structure: The proposed enclosure shall be free standing with no attachment to the parent building except as authorized for structural support or building services. Shielded Doors: The doors for the enclosure shall provide a high reliability and have knife edge extrusions and appropriate mating stock to provide required shielding. Quantity (2) Size: 3 ft x 7 ft Accessories: Manually configured for vestibule operation to include door status indicator lights. Air Vents: Air vent assemblies shall be supplied on the outside of the enclosure for connection to the building HVAC system. Quantity (2) Size: 12 in x 12 in Power Line Filters: Wall mount type filters shall be UL listed, single or dual circuit and meet the current MIL-STD 220A Quantity: (1) 2 WIRE Amps: 60 Volts: 277 / 480 Connector and Penetration Panels: A panel shall be provided for mounting connectors or other penetrations. Quantity: (1) Size: 12 in x 12 in Interior Finishes: Vinyl floor. Wall, Ceiling, and Lighting finishes not provided. Installation Services: The contractors shall provide all materials, tools and labor to install the shielded enclosure. The estimated completion date is 90 days after receipt of award. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors ? Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 12 PM Wednesday 19 September 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to jacquelyn.fleet@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. Paragraph (a) - the following evaluation factors shall be used to evaluate offers: Price, Technical Capability, and Past Performance. All factors are of equal importance. Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2007) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (k) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) with the following filled in: 23130 Maintenance Carpenter WG9 $21.79 plus fringe benefits and 23160 Maintenance Electrician WG 10 $22.60 plus fringe benefits. Note that Wage Determination 2005-2383 Rev 5 dated 06 Aug 07 or latest revision will be in effect during installation. The wage determination can be reviewed at http://www.wdol.gov or requested from the contracting office. A hard copy of the applicable wage determination will be provided to the contractor at time of contract award. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.211-7003, Item Identification and Valuation (Jun 2005) 252.225-7000, Buy American Act Balance of Payments Program Certificate (Jun 2005) 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, Ombudsman (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (see website ? https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Numbered Notes apply: 1.
- Record
- SN01408588-W 20070917/070916065724 (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 |