Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2000 PSA #2728
SOLICITATIONS

J -- ANECHOIC CHAMBER REPAIRS

Notice Date
November 14, 2000
Contracting Office
Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
ZIP Code
22448-5100
Solicitation Number
N00178-01-Q-3007
Response Due
November 28, 2000
Point of Contact
sd13 (540) 653-7765
E-Mail Address
Dahlgren Division, Naval Surface Warfare Center (sd13@nswc.navy.mil)
Description
The Naval Surface Warfare Center, Dahlgren Division, NSWCDD has a requirement for the repairs of an anechoic chamber at NSWCDD. The work is inclusive of removal and cleaning of old surfaces as well as installation of new materials to be provided by the contractor. Additionally, the work shall meet the following requirements and specifications: 1. Existing absorber material in limited areas of the Anechoic Chamber shall be replaced. The areas are a 12 foot x 12 foot area of wall and a 6 foot x 4 foot door. Also provide 10 sections of 2 foot x 4 foot x 16 inches walk-on absorber material. Contractor shall provide all labor and materials to complete the following requirements for this project: Work shall be scheduled to conform with NSWCDD test schedule. This may cause up to a 90 day delay in commencement of project. Once begun, work must continue until project is complete; Contractor shall use all new materials; Contractor shall remove and dispose of existing absorbing material in specified areas; Contractor shall clean wall and door surfaces thoroughly, free from dirt, corrosion and old adhesives; Contractor shall remove existing brass wire screen (located behind absorber material) and replace with new. Existing screen weave is fine weave approximately 1/64 inch. Contractor shall provide a weave no larger than standard for screen doors. As an alternative to installing new wire screen, Contractor may elect to clean existing. If this option is taken, Contractor shall clean wire screen free of dirt, corrosion and old adhesives; Contractor shall replace all existing absorber with new in specified areas. New absorber material shall be Rantec Type FF Series EHP-36 Microwave Absorber. Rantec is a product line of EMC Test Systems; All absorber material shall have RF attenuation characteristics equal to or greater than the original material; The new absorber shall be light blue in color (match existing); Fire retardancy of new material shall fully conform to requirements of Tests 1, 2, and 3 of Naval Research Laboratory (NRL) documents 7793 and 8093; No open flames shall be used in the chamber; New absorber shall be water resistant and shall not be degraded by future cleaning; New absorber material shall be permanently affixed to wall and door with the best available cement/adhesive equal to or exceeding industry standards; Contractor shall cover a 12 foot by 12 foot section (forced air return) with RF absorber which can withstand 500 mw/sq cm of RF power and shall be porous to allow for air cooling. The adhesive for this area shall not be applied thick, as to prohibit air flow from the vent; Contractor shall ensure that each section of absorber material abuts the neighboring sections, leaving no holes or open spaces; Contractor shall supply (10) sections of black walk-on absorber material (2' x 4' x 16"). Installation of these (10) sections is not included in contract; Contractor shall not replace copper shielding around the door; RF certification tests are not required in this contract. 2. Contractor shall provide the following Safety and Environmental requirements due to the use and disposal of hazardous materials for this project: Contractor shall submit a Health and Safety Plan (HASP) to the Government 15 days prior to commencement of work. Notice to proceed will be given after Government finds HASP acceptable; Hazardous material use shall be in accordance with Contract Clause "FAR 52.223-3, Hazardous Material Identification and Material Safety Data" and the following: (1) Inventory of hazardous materials to be introduced to site with estimated quantities, (2) Plan for protecting personnel and property during the transport, storage, and use of materials, (3) Emergency procedures for spill response and disposal, including site map with approximate quantities on site at any given time, (4) Material Safety Data Sheets for inventoried materials, and (5) Labeling system to identify contents on all containers on-site; Hazardous waste/debris shall be identified, labeled, handled, stored, and disposed of in accordance with all Federal, State, and local regulations. Prior to removal of any hazardous waste from Government property, all hazardous waste manifests must be signed by activity personnel from the Station Environmental Office. A fixed price award is to be made using Simplified Acquisition Procedures (FAR 13) -- Reference Quote N00178-01-Q-3007. A pre-award site visit will be held 21 November at 1300. Interested parties may contact the Contracts Office below for more information pertaining to the site visit. All responsible sources may submit a faxed quote that shall be considered by the Naval Surface Warfare Center Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. Fax number (540) 653-6810, Attention Code SD13-7, (540) 653-7765. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN QUOTE AS ALL ITEMS ARE CALLED OUT IN THIS NOTICE. This procurement will be awarded on an all or none basis. Closing date is 28 November 2000. E-mail address is sd13@nswc.navy.mil.
Web Link
Dahlgren Division, Naval Surface Warfare Center (http://www.nswc.navy.mil/supply)
Record
Loren Data Corp. 20001116/JSOL010.HTM (W-319 SN506687)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on November 14, 2000 by Loren Data Corp. -- info@ld.com