Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOLICITATION NOTICE

66 -- Instrumentation Equipment Rack System 2020 (IERS 2.0)

Notice Date
11/24/2020 1:23:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-R-0224
 
Response Due
12/4/2020 8:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Devin Hader, Phone: 7323232741
 
E-Mail Address
devin.hader@navy.mil
(devin.hader@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure three (3) Electo-magnetic-interference (EMI) hardened Instrumentation Equipment Rack Systems 2020 (IERS 2.0) through competition on a Fixed Price basis, in accordance with the attached Statement of Work (SOW). The resultant contract will have a six (6) month delivery from the date of contract. The Government intends to procure the above items through full and open competition. �(i)� THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� (ii)� This solicitation number is N68335-20-R-0224 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95.� (iv) This solicitation is open to all businesses.� NAICS is 332313.� FSC code is 6640 (v) FAR 52.212-1 Instructions to Offerors � Commercial Items, is incorporated.� (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer.� (vii)� FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated.� The resulting contract will have a six (6) month delivery date from the date of the contract (viii)� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders �Commercial Items is incorporated in this contract by full text; the following provisions apply:� 52.222-50, Combating Trafficking in Persons (Mar 2015). (ix)� Additional clauses and provisions and requirements: 52.204-13 System for Award Management Maintenance OCT 2016 52.227-1 Authorization and Consent DEC 2007 252.204-7004 System for Award Management FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals OCT 2014 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System AUG 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.211-7003 Item Unique Identification And Valuation MAR 2016�� Additional requirements: Quotes are due by 11:00am EST, 27 November 2020 to Devin Hader at devin.hader@navy.mil .� Please see attachments for Submission and Evaluation Instructions, and the Statement of Work (SOW) (x)� Name and telephone number of individual to contact for information regarding the solicitation:� Devin Hader, 732-323-2741 e-mail: devin.hader@navy.mil.� Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.� The Government will accept only electronic proposals.� MODIFICATION P00001- 16 November 2020, 11:15am The purpose of this modification is to provide the following answers to submitted questions. The Governments responses are below. 1.����������� Initial electro-magnetic effects analysis and modeling show the IERS 1.0 design will not meet the 100dB NSA specification based on the number of rack penetrations, present cooling implementation and suggested materials specified in the SOW. a.����������� Did the IERS 1.0 meet the NSA specification? If so, are there test results that can be shared or was it ""designed-to-meet""?� Response:� Due to the time crunch we were under, we had to go with modeling and prior experience from a specific vendor who had done similar equipment racks previously and had test data showing they could meet the requirements.� The vendor provided data showing ability to comply and previous experience but were not required to demonstrate. For example, the SS construction of a specific gauge, honeycomb filters, proper EMI gaskets at all gaps and connectors, unfinished surfaces to improve continuity between SS and EMI gaskets, etc were used and were proven methods.�� b.����������� Does the Government expect qualification of IERS 2.0 (with equipment populated) through testing or is modeling and analyses acceptable? Response: Modeling and analyses are acceptable as long as the vendor can show previous experience and test results from previous similar efforts.� IERS 1.0 did prove to be satisfactory and we had no trouble with EMI concerns.� It remains in use today. 2.����������� What is the Government's expected delivery schedule?� Response: June 2021. 3.����������� It is suggested that IERS 2.0 will be installed in a maritime operational environment. Are there climatic requirements (Salt Fog, Humidity, Temperature, etc.) beyond electro-magnetic as described in the SOW? Response:� Vibration, shock and� temperature are all nominal as IERS is installed within the ship.� No Salt or humidity issues as space is normally air conditioned to protect the other gear in that space.� The IERS 1.0 is very heavy and well-built and has held up perfectly.� The IERS 2.0 is basically implementation of things we wish we had done differently (access doors on the rear, connectors on the top), and not from a ruggedness or EMI perspective. 4.����������� Can the Government share the parts list (including OEM part number) for the equipment intended to be installed into IERS 2.0 to properly specify cooling fan(s), slide mounts and connectors? Response: Yes.� Generally, National Instruments DAQ HW, Precision Filters Signal Conditioning, Agilent meters, UPS, Network switches, power supplies and PDU.� 5.����������� It is assumed that the cable harnesses connecting to IERS 2.0 provide the same level of protection as the rack.� Response:� All cabling is ship qualified LS cabling with double shielding.� Best practices are used to build the cables.� All connectors are EMI� gasket shielded 38999 Series III. a.����������� Who is responsible for fabricating and providing these cable harnesses? Response:� Most cables are built in house including fiber which is built by Navy.� b.����������� If the Contractor is responsible, are there any restrictions to consider for the cable harnesses (size, weight, color, etc.) Response: contractor not responsible.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a527bfbc01045138195b18ad00a933f/view)
 
Place of Performance
Address: Lakehurst, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN05860562-F 20201126/201125053805 (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 |
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.