SOLICITATION NOTICE
66 -- Anechoic Floor Materials
- Notice Date
- 6/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-06-T-0097
- Response Due
- 6/21/2006
- Archive Date
- 8/20/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-06-T-0097. This acquisition is issued as a Request for Quote.(iii)The solicitation document and incorporated provisions and clauses are those i n effect through Federal Acquisition Circular 2005-00001. (iv) The associated NAICS code is 326150. The small business size standard is 500. (v)The following is a list of contract line item number(s) and items, quantities and units of measure, (includin g option(s), if applicable): CLIN 0001 QTY 1 EACH - Anechoic floor material per the attached spec and drawings. This does not include the fiberglass stairs; CLIN 0002 QTY 4 EACH - extra 4' X 4' X 4'-5 inch walk on RAM material per the spec; CLIN 0003 QTY 4 EACH - extra 4' X 5' X 4'-5 inch walk on RAM material per the spec; CLIN 0004 QTY 4 EACH - extra 5' X 5' X 4'-5inch walk on RAM material per the spec; CLIN 0005 QTY 2 EACH - extra 4' X 4' X 4'-5inch standard pyramid RAM mounted on a pallet per t he spec; CLIN 0006 QTY 20 EACH - extra 2' X 2' X 4' standard RAM material as used on the pallet mounted system per the spec; CLIN 0007 2 EACH - 4' Wide fiberglass stairs per the attached drawings; CLIN 0008 QTY 2 EACH - 3' Wide fiberglass stairs per the attached drawings; CLIN 0009 QTY 2 EACH - extra pallets as used under the standard 4' X 4' pyramid RAM NOTE: Drawings available via email request to jeanine.worthington@arl.army.mil. (vi) Description of requirements: 1. Anechoic Performance Requi rements: The Contractor shall provide all Radar Absorbing Material (RAM) that meets a minimum RF power-handling requirement of 0.5 watts/Sq. in. The RAM return loss at normal incidence shall meet or exceed the performance shown in Table 1. The normal in cidence return loss performance between any two specified frequency points shall be no worse than the specified performance at the lower frequency. Table 1. Anechoic material Normal Incidence Return Loss, dB Size (in) Frequency (GHz) 0.12 0.30 0.50 1.0 3.0 6.0 10.0 18.0 36.0 48 20 35 40 45 50 50 50 50 50 72 30 37 43 48 50 50 50 50 50 2. Quality Assurance 2.1. Source Quality Control The Government reserves the right to witness any or all anechoic testing, including tests performed at contractor facilities. The Contractor shall notify the Contracting Officer at least ten days in advance of all testing so that an expert Government witn ess can observe any or all testing. 2.1.1. Swept Frequency testing The Contractor shall perform 100 percent swept frequency factory testing from 500 MHz to 18 GHz on all anechoic material furnished. The Contractor shall also perform a factory test of all the material in at least one spot frequency between 120 MHz and 200 MHz. The Contractor shall record measured return loss (reflectivity) of each piece of RAM. The Contractor shall mark all pieces of anechoic material that do not meet the requirements specified in Paragraph 1 as rejected and segregate each from pieces wh ich pass all testing. 2.1.1.1 Test Plans and Reports The test plan for the Swept Frequency testing of the anechoic material shall include, the following: a. Listing of all test equipment, including serial numbers and calibration dates. b. Block diagram of test setup. c. Proposed test report format. d. An error analysis of the proposed test system illustrating that it has sufficient operating and dynamic range to measure the RAM performance without introducing additional error. 2.1.2. Flammability testing The Contractor shall perform tests on each production lot of absorber material before delivery to White Sands Missile Range. 2.1.2.1. NRL 8093 The Contractor shall ensure that each lot of anechoic material supplied passes tests 1, 2, 3a and 3b of NRL 8093. If any one sample fails test 1, 2, 3a or 3b, the production material lot sampled has failed the flammability test. The Contractor shall not re-sample, nor shall additional samples be tested in lieu of the failed sample, unless the entire lot is first re-impregnated with additional fire retardant for each failed production material lot. The Contractor shall report test results in terms of quantified pass/fa il criteria for each of the four tests, listing sample results individually. 2.1.2.2. ASTM E 84 The Contractor shall test a sample from each lot of anechoic material in accordance with ASTM E 84 to establish a flame index and smoke index. 3. Reliability The Contractor shall stress reliability to ensure long-term usage with minimum maintenance throughout the design, and fabrication of the specified anechoic system. 4. Delivery The Contractor shall deliver materials to White Sands Missile Range in an undamaged condition. RAM pieces with gouges, tears, broken or misshapen tips, or any signs of water damage will not be accepted. NOTE: Two days PRIOR to a delivery, the driver is required to contact one of the following individuals: Robert Valdez 505-678-5499 Vern Kopsa 505-678-4062 Eric Boschert 505-678-0402 Dan Williams 505-678-4694 ITEMS CANNOT BE DELIVERED PRIOR TO 1 OCT 2007 5. Walkway RAM special requirements The Contractor shall construct the walkway RAM without use of wood. 6. 48 - inch Pyramidal and Block RAM The Contractor shall provide 48 - inch pyramidal standard blue RAM sufficient to cover the floor areas as indicated of the large chamber. . 7. 48 - inch Walkway RAM The Contractor shall provide RAM based on 48 - inch pyramidal RAM sufficient to establish the aisle along the enclosure walls and around the 100 - ton positioner as indicated on the large chamber drawings. The Contractor shall ensure that all walkway mate rial supports loads of at least 100 psf, and shall have a return loss of at least 20 db for frequencies greater than 500 MHz. The color of the walking surface needs to be as light as practical for safety reasons 8. RAM Mounting Systems 8.1. Floor Pallets The Contractor shall provide pyramidal RAM for the large chamber floor mounted on nonmetallic/non wooden transportable pallets. The Contractor shall construct pallets to handle the RAM load and to lift by a forklift with out deformation. The edges of the RAM shall overhang the pallet frame by at least 1 inch on each side. The finished dimensions of the anechoic floor RAM pallets shall be 4 feet W x 4 feet L x 4 feet 5 inches H unless indicated otherwise on the drawings. The Contractor shall ensure that pallets for the floor material are movable with a standard pallet jack. (The Government does not consider a low profile pallet jack to be standard). 8.2. Large Chamber Walkway RAM The Contractor shall provide walkway RAM pallets sufficient to establish the walkway, aisle and cover the 23-foot diameter turntable as indicated on the drawings using 48 inch RAM. The anechoic floor pallets shall have finished dimensions as indicated in the attached drawings. 8.3. Floor Pallet Assembly The Contractor shall: provide nonmetallic/non wooden floor pallets and attach RAM material; clean the fabricated pallets of all burrs, shavings, debris, and any other contaminants; attach the RAM pieces to the pallets according to the RAM and adhesive manu facturers' recommendations; not allow any gaps between RAM pieces greater than 1/8 - inch in width and where necessary, fill gaps by wedging shims of RAM material snugly into the gaps to a depth of at least 4 inches. The Contractor shall ensure that palle ts for the floor material are movable with a standard pallet jack. (The Government does not consider a low profile pallet jack to be standard). 9. Walkway Steps on Pallets The Con tractor shall construct Walkway Steps on Pallets of Fiberglass or phenolic per the attached drawings. (vii) Delivery is required no earlier than 1 Oct 2007 and shall be made to US ARMY RESEARCH LABORATORY, SHIPPING AND RECEIVING, WHITE SANDS MISSILE RANGE BLDG 1646, WSMR NM 88002-5501. Acceptance shall be performed at WSMR, White Sands, NM. The FOB point is WSMR, White Sands, NM. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government reserves the right to award on an all or none basis. The technical evaluation will be a determination of the technical ability of the offer to meet the salient characteristics described above and shall be based on information furnished by the vendor. The government is not responsible for loca ting or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. Qualifications of the RAM Manufacturer - The RAM manufacturer shall have at least 5 years of experience in the design, manufacture, and test ing of anechoic materials for radio frequency anechoic chambers, and shall have satisfactorily supplied RAM on at least three RF anechoic chamber projects during the past 5 years, similar in function to the chamber in this project. The offeror is required to provide the names and locations of three projects similar in scope to the work specified in this section, and provide names and telephone numbers for contacts at these installations. The government will award a contract to the offeror whose offer conf orms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6; 52.211-6; 52.2 19-8; 52.222-15; and 52.232-33. (xiii) The following additional DFARS clauses are applicable: DFARS 252.212-7000, 252.212-7001; 252.225-7001; 252.225-7012; 252.225-7016; 252.247-7023 ALT III. Clauses and provisions are incorporated by reference and apply t o this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov The following local clauses apply: ARL-B-004-4409; ARL-B-004-4411; ARL-H-004-4408; ARL-G.032-4418; ARL-H.005-4401; ARL-H.011-4401 ALT I; ARL-B.016-4407, ARL-H.011-4401 ALT I I (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.219-8 Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, 52.219-16, Liquidated Damages. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as n/a (x v) The following notes apply to this announcement Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCR (xvi)Offers are due on 21 Jun 2006, by 1:00 PM EST at US Army Research Laboratory, RDECOM, AMSRD-ACC-AA, Building 434, Aberdeen Proving Ground, Maryland 21005. (xvii) For information regarding this solicitation, please contact Jea nine Worthington, Contract Specialist via email to jeanine.worthington@arl.army.mil. No telephone request will be honored.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi Contracting Division White Sands Missile Range, Shipping and Receiving Bldg 1646 White Sands NM
- Zip Code: 88002
- Country: US
- Zip Code: 88002
- Record
- SN01067974-W 20060614/060612220915 (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 |