SOLICITATION NOTICE
66 -- Laboratory Shielding for Electrical and Radio Frequency (RF) Interference
- Notice Date
- 4/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-05-R-HA03
- Response Due
- 5/16/2005
- Archive Date
- 5/31/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. The solicitation, N00173-05-R- HA03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-27 and DFARS Change Notice 20050323. The associated small business size standard is 500. The Naval Research Laboratory (NRL) has a requirement to design, fabricate, and install custom electrical shielding in Building 210, Room 1460. The shielding is required to prevent electrical and RF interference within the laboratory spaces and leakage to neighboring spaces within the building. Work specifications are as follows: 1. The contractor shall design and build a new divider wall to divide the existing space into a 16? x 27 ??area (Room A) and a 28 ?? x 27 ??area (Room B). Rooms A and Room B must be separated by a new divider wall complete with shielding to create rooms A (16? x 27 ??) and B (28 ?? x 27 ??) and constructed to meet NSA 65-6 and MIL-STD-285 specifications. 2. Shield all walls in Rooms A and B to meet NSA 65-6 and MIL-STD-285 specifications. All shielding must be installed to allow access to all building systems including but not limited to: electrical receptacles, ceiling fixtures, and the sprinkler system. 3. Install copper mesh on the ceiling of Room B. 4. Install shielding on the ceiling of Room A that meets NSA 65-6 and MIL-STD-285 specifications. Lighting fixtures must be moved so that they are contained inside the shielded area. 5. No shielding will be installed on the floors of Room A or Room B. 6. Install a new manually operated, single leaf, swing type, RF-shielded door (4? x 7?) into the new divider wall that meets NSA 65-6 and MIL-STD-285. 7. Install two new manually operated, double leaf, swing type, RF-shielded doors (6? x 7?) in Room B that meets NSA 65-6 and MIL-STD-285 specifications. One of the newly installed doors will replace the existing door into Room B and the other newly installed door is to allow access to the rear workshop. 8. Provide door maintenance kits for all three new doors. 9. Install a brass ground stud (?? x 5?) and connect it to all installed shielding to ensure proper grounding. 10. Install a bulkhead connector panel (12? x 18?) in divider wall between Rooms A and B .NRL shall determine the exact location of bulkhead connector panel during installation. 11. Install a bulkhead connector panel (12? x 18?) in shielded wall between Room B and the data acquisition room. NRL shall determine the exact location of bulkhead connector panel and the existing data acquisition during installation. 12. The contractor must measure the RF isolation between the shielded spaces as well as to adjacent building spaces, including beyond the outside wall. The RF isolation must be at least 60 dB over the frequency band 200 MHz to 94 GHz. 13. A site visit will be held at NRL, Bldg. 210, Rm 1460 on Thursday, April 28, 2005 beginning promptly at 10:00A.M. local time as described below: All prospective offerors are urged to attend the site visit. Prospective offerors who plan to attend must submit a visit request at least seven (7) days prior to the scheduled date to: Naval Research Laboratory Attn: Code 3220.HA - Site Visit HA03 4555 Overlook Avenue S.W. Washington, D.C. 20375 FAX 202-767-5896 Visit requests will normally be prepared on letterhead and shall contain the following information: Number of requests is limited to two (2) representatives per contractor. Name of individual(s): Social Security Number of each individual: Citizenship of each individual(s): Purpose of Visit: Site Visit N00173-05-R-HA03 Classification Level of Visit: Unclassified Only U.S. citizens may pre-register and report directly to the gate and proceed directly to Bldg.72. Parking will be available for this site visit. Non U.S. citizens must pre-register and must allow sufficient time to report to Security, Bldg. 72 with their green card prior to reporting to the gate for entrance into the Laboratory. Offerors shall not ask questions during the site visit. Questions must be provided in writing. Submit any questions in writing by e mail to Hilda.abdon@nrl.navy.mil or FAX 202-767-5896 no later than 15 days after issuance of the RFP. All questions will be formally addressed and answered in an amendment to the solicitation. Failure of a prospective offeror to attend the site visit or submit questions will be construed to mean that the offeror fully understands all requirements of the solicitation. No individual site visits will be scheduled. All attendees must abide by the following: (a) One form of identification will be required (drivers license) (b) No cameras (including cellular phones with cameras), tape recorders, or other reproduction devices will be allowed. Contractors are restricted to note taking. (c) The Government reserves the right to inspect all material, briefcases, etc. when entering or leaving the Government facilities. (d) No explanation, remarks, or replies made by Government personnel during the site visit shall be construed as changing the terms or conditions of the solicitation. Only the Contracting Officer can change the solicitation requirements and this will be accomplished by an amendment, if required. (e) Phone calls should be kept to a minimum on the day of the site visit. All cellular phones and beepers should be set to a silent mode during the site visit. (f) Each visitor shall be required to sign in and sign out on the day of the visit. No other meetings or discussions with the Government personnel will be permitted. (g) Only advanced substitutions of contractor personnel are permitted. Substitutions must be received 3 business days prior to the site visit. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 90 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6; 52.219-4; 52.222.26; 52.222-35; 52.222-37; 52.232-33; 52.237-1; and 52.247-62. The DFAR clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3. The following additional DFAR clauses apply: 252.204-7004, 252.232-7003. The following additional FAR Clause applies: FAR 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. Paragraph ( c) is completed as follows: (202) 767-5896 (primary) or (202) 767-0494 (alternate). In addition, proposals may be transmitted by email to : Hilda.abdon@nrl.navy.mil (primary) or Jan.Bays@nrl.navy.mil (alternate) in either Microsoft Word (2000 or earlier) or pdf format. Only one signed facsimile copy is required. A complete original signed offer may be requested. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. If facsimile is not used, an original and two(2) copies of the offeror?s proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
- Place of Performance
- Address: NAVAL RESEARCH LABORATORY, 4555 OVERLOOK AVENUE, S.W., WASHINGTON, DC 20375-5326
- Zip Code: 20375
- Country: U.S.A.
- Zip Code: 20375
- Record
- SN00789648-W 20050417/050415212559 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |