Anechoic Chamber & Installation
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posti... This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and 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. Quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-2526. The North American Industry Classification System (NAICS) Code for this acquisition is 334516. The Small Business Size Standard is 1,000 employees. This procurement is being competed as a 100% Small Business set-aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). NUWCDIVNPT intends to award a firm fixed price purchase order for the following: CLIN 0001 - Hemi-Anechoic Acoustic Chamber; Quantity: 1, Each. CLIN 0002 - Assembly of CLIN 0001 at NUWCDIVNPT; Quantity: 1, Job. CLIN 0003 - Data associated with CLIN 0001 and CLIN 0002; Quantity 1, Lot. NOT SEPARATELY PRICED. Contract Data Requirements Listing is attached to this solicitation The proposed Hemi-Anechoic Acoustic Chamber shall be configured and assembled in accordance with attached Government Minimum Requirements. All offers shall be accompanied by complete technical specifications demonstrating that the products meet the Government's minimum requirements. Required delivery terms are F.O.B. Destination to Naval Station Newport, RI, 02841-1708. The required delivery date for CLIN 0001 is twelve (12) weeks After Receipt of Order (ARO). The period of performance for CLIN 0002 is thirteen (13) weeks ARO through sixteen (16) weeks ARO. The assembly shall be completed within the aforementioned window of time. Early assembly will not be accepted. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information --DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Payment will be via Wide Area Workflow. IF THE VENDOR CANNOT ACCEPT PAYMENT VIA WAWF, THE QUOTE WILL BE DEEMED TECHNICALLY UNACCEPTABLE. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: This action does not include Section 508 contract requirements. Defense Priorities and Allocations System (DPAS) rating is DO-C9. OFFERORS ARE REQUIRED TO SPECIFY IN OFFER IF REQUESTING PERFORMANCE BASED PAYMENTS (PBPs) UNDER CLIN 0001. Expected CLIN 0001 Performance Based Payment Milestone Plan are attached to this solicitation. If requesting PBPs, the below clauses will apply: FAR 52.232-32 Performance Based Payments DFARS 252.232-7013 Performance Based Payments - Deliverable-Item Basis Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/ This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required item and service, meeting the Government's minimum requirements, in the required quantities; (2) the offeror must meet the required delivery date and period of performance; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include the following information with submissions: (1) price, (2) delivery terms and assembly terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number. Quotes must be received on or before 31 July 2019 at 2:00 PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Gina Proske at gina.proske@navy.mil. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days. __________________________________________________ AMENDMENT #1 The purpose of this amendment is to revise the NAICS Code provided in the original solicitiation. The NAICS Code is updated from 334519 to 334516, and the size standard is updated from 500 employees to 1,000 employees. All other Terms and Conditions remain the same ___________________________________________________ AMENDMENT #2 The purpose of this amendment is to extend the Solicitation Response Date. The response date of this solicitation has been extended from 31 July 2019 at 2:00pm EST, to 6 August 2019 at 2:00pm EST. The purpose of this extension is to provide time for the Government to answer industry questions. Amendment #3 will include a listing of both questions and answers. Any quotations that have already been received may be revised and resubmitted at any time prior to the new response date and time. All other Terms and Conditions remain the same. ___________________________________________________ AMENDMENT #3 The purpose of this amendment is to answer industry questions: QUESTION 1: Can the acoustic wedges be made from foam, or must it be made from fiberglass and steel? ANSWER 1: Yes, the wedges can be made of foam. QUESTION 2: We see no requirements for vibration isolation of the chamber, does this mean that we can build the walls directly onto an existing concrete floor? ANSWER 2: The chamber is not required to be vibration isolated. The walls can be built directly onto the existing concrete floor. QUESTION 3: Are offerors required to include the floor? ANSWER 3: The floor currently exists and does not need to be included. QUESTION 4: There is no call for electrical receptacles inside the chamber. Is this correct? ANSWER 4: Please see attached Revised Government Minimum Requirements. QUESTION 5: How big is the object that needs to be measured? ANSWER 5: The largest object is approximately 5' x 5' x 7' tall. QUESTION 6: Does the room have to comply with ISO3744 or ISO 3745? ANSWER 6: No. QUESTION 7: Will measurements be made in accordance with ISO3744 or ISO 3745? ANSWER 7: Measurements are not required to be made in accordance with ISO03744 or 3745. QUESTION 8: What is the free field size requirement? ANSWER 8: There is no free field size requirement. QUESTION 9: We believe there is a mistake in the section describing "minimum ambient noise reduction". Can it be that these numbers are the acceptable background noise levels, and not the noise reduction of the chamber? ANSWER 9: IThe Government's minimum requirements contained herein are accurate; no change is required as a result of Question 9. QUESTION 10: Will the chamber need to be painted on the outside, or can galvanized finish be accepted? ANSWER 10: Please see attached Revised Government Minimum Requirements. QUESTION 11: Will light fixtures need to be water/steam protected? ANSWER 11: No. QUESTION 12: Do you have requirements for the light levels inside the room. Can you accept 300 LUX 4' A.F.F. in center? ANSWER 12: Comparable 300 LUX 4' are acceptable. QUESTION 13: We assume that the cable sound locks and water entries must be made acoustically tight. Is this correct? ANSWER 13: There is no requirement for cable sound locks or acoustically tight water entries. However, the chamber must meet acoustic performance requirements as stated in the Minimum Requirements, while cabling is connected. QUESTION 14: Will the Government consider removing the requirement for preassembly and testing of the requirement? ANSWER 14: The Government does not dictate the method in which the contractor conducts pre-shipment testing to meet the requirements of minimum specification section 4.0. QUESTION 15: The max outside dimensions, must the ventilation pipes leading to and from the chamber also be fitted within these dimensions, or will there be additional space available? ANSWER 15: Please see attached Revised Government Minimum Requirements. QUESTION 16: Is it possible to receive a drawing of host facility. Seeing a drawing would help. ANSWER 16: Due to OPSEC concerns, no building blueprints or images can be provided. QUESTION 17: In regards to the ventilation system, will the client provide an Air Handling Unit (AHU) or can we connect the ventilation to the host facility's ventilation system? ANSWER 17: Please see attached Revised Government Minimum Requirements. QUESTION 18: Must the price include a final report that clarifies how the room complies with ISO 3744 or ISO 3745? and proves the insertion loss over the chamber shell? ANSWER 19: ISO certification not required. QUESTION 19: Are there any clarifications on what type of proof of performance we can present for payment of milestones? ANSWER 19: There is no standard format or document to provide as proof of milestone completion. Further detail is provided in Expected CLIN 0001 Performance Based Payment Milestone Plan as attached to the original solicitation. QUESTION 20: The milestone payments only add up to 80% of the total contract? Is this a typo? ANSWER 20: No. The remaining 20% can be invoiced upon final inspection and acceptance of CLIN 0001. QUESTION 21: Can you confirm with your technical team whether or not a vibration isolated flooring system should be included? ANSWER 21: A vibration isolated flooring system shall not be included. The chamber shall sit on an existing concrete floor. __________________________________________________ AMENDMENT #4 The purpose of this amendment is to extend the Solicitation Response Date and to answer industry questions. The response date of this solicitation is hereby extended from 06 August 2019 at 2:00pm EST, to 13 August 2019 at 2:00pm EST. The industry question and answer is as follows: QUESTION 22: Are there any procurement restrictions which would prohibit an offeror from using components from a foreign country in the anechoic chamber? ANSWER 22: In accordance with FAR 52.212-5, FAR 52.225-1 'Buy American - Supplies (May 2014)' applies. As this requirement is not considered to be a commercially available off-the-shelf (COTS) item; the component test of the Buy America statue applies. In addition, the Non-Manufacturer Rule under FAR 19.102(f) applies to this solicitation. As a result of this amendment, any offeror that previously provided a quote shall provide the following information via email to the Government point of contact listed in this solicitation: 1. Confirmation of receipt of Amendment 4; AND, 2. Confirmation that its quote remains unchanged OR a revised quote. NOTE: Quotes received after the response date and time are considered late and will be ineligible for award. All other solicitation Terms and Conditions remain the same.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »