SOURCES SOUGHT
66 -- Electromagnetic Interference (EMI) Test Facility
- Notice Date
- 7/27/2020 11:52:41 AM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520Q0443
- Response Due
- 7/31/2020 2:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Paras Patel, Phone: 7323237638
- E-Mail Address
-
paras.patel@navy.mil
(paras.patel@navy.mil)
- Description
- REQUIREMENTS 2.1 General All required equipment / software for performing testing IAW MIL-STD-461G. Additional requirements for the following items: Anechoic EMI Chamber Minimum 20� Wide x 20� Deep x 10� Tall (Internal wall dimensions) Interior lighting Interior 120V outlets and 240V / 480V electrical boxes for hardwired connections Minimum 3 instrumentation ports/boxes to allow data lines in and out of the chamber climate control (heating / cooling / ventilation) Provide option for automated fire suppression system External status light tower to indicate power (green), machine is running (yellow), error / alert (red) Double wide doors with 10� opening Removable ramp to aid in loading items into chamber If a standalone computer is provided to operate equipment / perform testing, it must use Windows 10 as operating system. If Windows 7, will need to provide written statement with justification as to why the unit is using Windows 7 and not Windows 10 along with a plan of action to upgrade purchased unit to Windows 10 which shall include cost to customer and a date If software is provided to operate equipment / perform testing, it must use Windows 10 as operating system. If Windows 7, will need to provide written statement with justification as to why the unit is using Windows 7 and not Windows 10 along with a plan of action to upgrade purchased unit to Windows 10 which shall include cost to customer and a date Any additional software for operation is included with license On-Site certified training for equipment operation and maintenance for four people. Warranty covering parts and labor for a minimum of 3 years Vendor include preventative maintenance service on equipment for length of warranty as an option Parts warehouse located within United States of America, within 100 miles of Lakehurst, NJ Hard/printed copies of user / maintenance manuals for all equipment, detailed parts list with suppliers, and electrical schematic for Anechoic Chamber, 2 copies of each Digital copies of user / maintenance manuals for all equipment and electrical schematic for Anechoic Chamber CAD files for electrical schematic Response time to repair within 24 hours. Delivery, rigging, and installation of machine must be included all being done with contractor tools and labor. This includes any crane support, forklift support, packaging storage, dunnage, and final connection to utilities that we will provide within 20 ft of the space. Equipment must fit through a 138� Wide x 136� Tall roll up door (can be disassembled / reassembled if required). If a foundation is required for equipment, specs for the required foundation needs to be provided to us so we may construct foundation appropriately ahead of time 2.2 Government Inspection and Acceptance Government personnel shall complete inspection and acceptance of the unit at the destination after machine start up and training have been completed. 3.0������ PACKAGING, PRESERVATION AND SHIPPING Shipments shall be packaged and transported (FOB Destination) via safe, secure, reliable, and traceable means of transportation and provide protection from normal climatic/weather conditions and incidental mishandling during shipping to prevent any damage or loss during shipment. All shipments under this contract shall be addressed to the NAVAIR Lakehurst Staging Facility as indicated below.� Shipping costs need to be incurred by the contractor who is doing the shipping.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b2822a3eed4a49b0bb8f64bba983beb3/view)
- Place of Performance
- Address: Lakehurst, NJ, USA
- Country: USA
- Country: USA
- Record
- SN05735256-F 20200729/200727230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |