Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

54 -- Prefabricated Structures and Scaffolding

Notice Date
8/17/2012
 
Notice Type
Presolicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017812Q4668
 
Response Due
9/7/2012
 
Archive Date
12/31/2012
 
Point of Contact
Teresa Spiker 540-653-7039 Teresa Spiker,
 
E-Mail Address
40-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure items IAW the following SOW: 1.0 SCOPE. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) requires the delivery of a Mobile, temperature controlled, Electromagnetic Interference (EMI) Shielded, data acquisition van capable of housing data acquisition equipment to meet the needs of High Power Microwave Testing. 2.0 APPLICABLE DOCUMENTS. Shelter shall meet MIL-M-81957 (AS) and ISO 1496/1 and ISO-688 specifications. 3.0 REQUIREMENTS. 3.1 The contractor shall meet the following requirements and specifications for the shelter: - Rigid wall shelter, installed on a trailer “ Constructed of lightweight aluminum “ Rigid foam core for insulation “ Capable of supporting payloads greater than 15,000 lbs. “ Shelter shall be mounted to a trailer via four ISO tie downs “ Installation of customer furnished on-board generator and an environmental control unit (ECU), and all related parts (Thermostat, exhaust, shielding and power filtering) “ Shelter must be equipped with shielding provisions to achieve the shielding effectiveness of 60dB attenuation from 150kHz to 10GHz when tested IAW MIL-STD-285. This includes all openings that must be modified to maintain the shielding effectiveness including gaskets around doors, waveguide before cutoff filters on the air openings, and in-line electrical RFI/EMI filters on the input power wiring and ECU power and control circuits “ Rear personnel entry door “ 100A, 60Hz power entry with a Class L input connector “ Communications signal entry panel “ Power distribution with overhead LED lighting “ Blackout override switch “ Eight (8) duplex wall mounted outlets “ 30-foot all weather shore power cable (Class L) “ Grounding kit “ First aid kit “ Fire extinguisher “ Manual storage bracket “ Non-skid flooring “ Three (3) floor to ceiling 19 inch flexible configuration racks mounted on shock isolators with sliding capability “ 60 inch non porous laminated work surface “ Two (2) four-drawer cabinet storage “ Two (2) roller office chairs with tie down/storage provisions. 3.2 The contractor shall meet the following requirements and specifications for the trailer: - Trailer must be equipped with a tandem axle air-ride suspension, air-over-hydraulic braking, manual stabilizing / leveling jacks, and pintle attachment suitable for transporting by militarized medium tactical vehicle or commercial medium duty truck “ 13,700 pound overall payload capacity “ 17.5 inch tires with spare “ 24V/12V DC converter box “ blackout convoy lighting “ four (4) tandem-lock ISO connectors in place of the deck “ rear ramp “ front and back adjustable stabilizer/level jacks. 3.3 The contractor shall provide top-level assembly drawings and schematics in PDF format, unless otherwise specified, on newly designed systems. 3.4 The contractor shall delivery the Shelter and Trailer along with the integrated GFE as one unit to NSWCDD, to the Technical Point of Contact identified in the award document. 4.0 Government Furnished Equipment / Material. The following GFE/M will be made available to the contractor at least 60 days prior to delivery of the final system: 4.1 Power Generator: Model HR30D: 30KW (Intermittent), 27KW (Continuous), 60Hz, 4 cycle diesel (JP-8 Compatible) generator, oil self-cool, with modified exhaust, fixed mounted with access panels for maintenance access, rated 2.4 GPH consumption at full load. 4.2 Ruggedized Fixed Mounted Environmental Conditioning Unit (ECU): Tekgard 42,000 BTU/Hr Cooling / 12,000 BTU/Hr Heating, with wall mounted thermostat, meets MIL-M-81957 Environmental/Temperature Range criteria. The North American Industry Classification System Code is 336212. The Small Business Size Standard is 500 employees. Any questions can be forwarded to e-mail address teresa.spiker@navy.mil, attention Code CXS13-3, or telephone number (540) 653-7039, reference number N00178-12-Q-4668. Award is to be made under simplified acquisition procedures IAW FAR Part 13 on an all or none basis. The order shall be firm fixed price. Pricing should be FOB Destination to the Naval Surface Warfare Center, Dahlgren Division, 17632 Dahlgren Road, Suite 157, Dahlgren, VA 22448-5100. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE SPECIFIED IN THIS NOTICE. Offerors must be registered in the Central Contractor Registration (CCR) in order to receive an order. Instructions for registration may be found at: http://www.bpn.gov/ccr/, and the number for the CCR Helpdesk is 1-888-227-2423. All responsible sources may submit a quote which shall be considered by the agency no later than 2:00 p.m. on the closing date of 7 September 2012. Offers are encouraged to be submitted via FAX (540) 653-6810 or e-mail to: teresa.spiker@navy.mil. Please reference N00178-12-Q-4668 on any correspondence. It is the offeror ™s responsibility to ensure that the quote is received in a timely manner and that it is legible and complete. Anticipated award date is on or before 21 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q4668/listing.html)
 
Record
SN02845008-W 20120819/120818000140-7268827fc43dbeb254be566a1920179a (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.