ANECHOIC CHAMBER
NOTICE OF INTENT TO SOLE SOURCE: Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), intends to award a firm fixed-price sole source procurement wi... NOTICE OF INTENT TO SOLE SOURCE: Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), intends to award a firm fixed-price sole source procurement with CUMING-LEHMAN CHAMBERS, INC. to provide: CEILING PATCH, REPAIR, AND REPLACEMENT The associated North American Industry Classification System (NAICS) code is 811219, which has an annual size standard of $20,500.00. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. The circumstances permitting Other Than Full and Open Competition is Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy Agency requirements." The intent of this synopsis is to determine if any sources exist, and therefore, no Request for Quote (RFQ) is available. This notice of intent is not a request for competitive quotes; however, all information received by January 25, 2019 will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon the responses received from this notice is solely within the discretion of the Government. STATEMENT OF WORK FOR Repair of 24'L x 12' W x 12'L Anechoic Chamber 1.0 INTRODUCTION Naval Surface Warfare Center, IHEODTD has a requirement to repair the ceiling to the Anechoic Chamber and replace the absorber material, patch panels and flooring. The Anechoic Chamber is located in Building 2015, Room 113 and was damaged due to a recent HVAC leak that allowed water to corrode and enter into the test fixture/chamber. This chamber is used for the testing and evaluation of EOD and CREW system performance and the characterization of electronic components that could be used as EOD threats. It is very important that this facility gets repaired. 1.1 Background There are many pieces of electronics equipment and testing instrumentation, and many tests that are conducted, on a daily basis as part of the Anechoic Chamber RF/Acoustic test facility in Code D24. We are no longer in an environment where we can simply buy new equipment and facilities, so we must ensure that these older items are properly maintained, repaired when damaged, components replaced as they deteriorate and equipment recalibrated as needed. In addition, it is difficult to identify large amounts of funding, indirect or direct, to pay for maintenance and upgrades to the chamber when they need repair, so these services must be done quickly when funding is identified. When water damage was recently identified in the chamber, engineers quickly called the manufacturer and installer of the chamber to get a "no cost" repair estimate. That estimate is included as part of this PDP package. 1.2 Scope This Statement of Work (SOW) describes and defines the repair and calibration work that is required to provide maintenance and repair to the ceiling, patch panels and anechoic absorber, ferrite tiles that cover the ceiling, walls and flooring. The chamber is located in Building 2015, Lab 113 on Stump Neck Annex (D Department). 2.0 REQUIREMENTS 1. The vendor shall remove ferrite tiles on floor of chamber; all broken or compromised tiles will be discarded by the vendor. 2. The vendor shall remove and dispose of all the hybrid foam absorber, the anechoic material, throughout the entire chamber. 3. The vendor shall remove ferrite tiles on the ceiling of the chamber and approximately ¼ way down the sides. Determine the baseline shielding ability of the damaged ceiling. 4. The vendor shall disassemble and remove old ceiling material; dispose of items. Replace with all new ceiling. 5. The vendor shall replace existing damaged patch panels with 2 standard connector panels containing 2 BNC connectors, 4-3.5 mm bulkhead connectors,2-N type connectors, 2-2.4 mm connectors and 1 ethernet filter. 6. The vendor shall perform shielding effectiveness test at 100, 400 and 1000 MHz. 7. The vendor shall install new hybrid foam absorber throughout entire chamber. 8. The vendor shall replace door absorber with new rubberized materials. 9. The vendor shall cover the floor with new undamaged ferrite tiles and rubber backed carpet flooring. 10. The vendor shall be responsible for shipping the proper materials and proper installation. 11. The vendor shall ensure that the job site is cleaned thoroughly and returned to its original state after repairs. •3.0 ENTERPRISE WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) The Contractor shall report Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the repair of the Anechoic Chamber via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: •1) W, Lease/Rental of Equipment; •2) X, Lease/Rental of Facilities; •3) Y, Construction of Structures and Facilities; •4) D, Automatic Data Processing and Telecommunications, IT and Telecom-Telecommunications Transmission (D304) and Internet (D322) ONLY; •5) S, Utilities ONLY; •6) V, Freight and Shipping ONLY. The Contractor is required to completely fill in all required data fields using the following web address www.ecmra.mil Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, at DoD.ECRMA.Support.Desk@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »