The RFP Database
New business relationships start here

RF Shielded Room


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation NB671000-17-01394


Attached is the Specifications describing the requirements for solicitation NB671000-17-01394 for a RF Shielded Enclosure


Please submit a firm fixed price quote for this item that meet the attached specifications. All shipping and handling charges should be included in the firm fixed price. Delivery and Inspection & Acceptance: Destination.


This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures, with NAICS code 332311, Prefabricated metal building, and small business size standard of 750 employees. This is an open market total small business set aside.


All communications and documents must include the solicitation # NB671000-17-01394. Please email your quote to michael.fredericks@nist.gov. (complete unit and total price below)


CLIN    Nomenclature               Qty             Unit Price            Total Price
0001    RF Shielded Enclosure  1 ea



This solicitation will close on Monday, March 13,2017 at 3 pm Mountain Time. Your quote must meet the following information:


• Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications.
• Firm fixed price quote for the RF Shielded Enclosure including a 12-month Warranty
• Payment Terms: Net 30.
• The requested delivery is 5 September 2017.
• FOB Destination including delivery cost for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.
• Provided Company DUNS No. In order to be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at www.sam.gov., and have completed Representations and Certifications therein.


BASIS OF AWARD:


Award shall be made to the vendor with the lowest priced, technically acceptable quote.
TECHNICAL CAPABILITY:


Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating.


PRICE:
Price shall be evaluated for reasonableness.


The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications deliverable schedule.


FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above).


The vendor must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.


In order to be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration.


FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are:


52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-1, Buy American-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer


FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm


FAR 52.225-18 - Place of Manufacture
FAR 52.232-15, Progress Payments Not Included


CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests


FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm


FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.247-34, FOB Destination


CAR 1352.201-70, Contracting Officer's Authority
CAR 1352.209-73, Compliance with the Laws
CAR 1352.209-74, Organizational Conflict of Interest


CAR 1352.246-70, Place of Acceptance
(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.
(b) The place of acceptance will be:
NIST
325 Broadway,
Boulder, CO 80305


NIST LOCAL-04, BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV.
(b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract.
(c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to:
NIST: Accounts Payable Office
100 Bureau Drive, Mail Stop 1621
Gaithersburg, MD 20899-1621


NIST LOCAL - 39, MARKING/PACKING INSTRUCTIONS
(1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis.


(2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit.


(3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.



If you have any questions, please do not hesitate to contact Michael G. Fredericks at michael.fredericks@nist.gov.


 


STATEMENT OF WORK
NB671000-17-01394


TITLE: RF Shielded Enclosure


LAB REQUESTING SERVICE: Communications Technology Laboratory, Public Safety Communications Research (671.01)
I. BACKGROUND INFORMATION
PSCR laboratories provide research, development, testing, and evaluation to foster nationwide communications interoperability. Certain aspects of this research involves powerful Radio Frequency (RF) energy that would interfere with other research testing, or even local communications infrastructure, if not contained. An RF Shielded Enclosure (Screen Room) is needed to effectively contain this energy.
II. SCOPE OF WORK
The contractor shall provide and install a Screen Room in accordance with this Statement of Work.
III. SPECIFICATIONS
The contractor shall provide and install a Screen Room with the following specifications:
A. Double Electrically Isolated (DEI) RF Enclosure, Divided (two chambers in a single structure with a common wall partition).
B. Approximate size: 8'(H) x 8'(L) x 12'(D).
C. Common wall partition to make two compartments 8'(H) x 8'(L) x 6'(D).
D. Screened construction (hear-through, see-through).
E. Two (2) DEI personnel doors (one (1) per compartment).
F. Two (2) 150 watt light fixtures (one (1) per compartment).
G. Four (4) 12" x 12" waveguide air vents (two (2) per compartment).
H. Operating frequency: 300 MHz to 3 GHz.
I. Certification in general accordance with the test methods of Mil-Std 285/IEEE-299 at 1 GHz plane wave.
J. Installation at NIST, Boulder Campus, Building 3.
IV. PERIOD OF PERFORMANCE
Because Building 3 is currently being remodeled, the contractor shall begin installation of the Screen Room on 5 September 2017. Once installation begins, the contractor shall complete the installation within four (4) days.
V. PLACE OF PERFORMANCE
Specific location within Building 3 to be coordinated upon contract award. All work shall be completed at the government facility. Normal duty hours are Monday through Friday, 8:00 a.m. to 4:30 p.m. with the exception of Federal holidays.

VI. DELIVERABLES
Description Quantity Due Date
Installation of DEI RF Enclosure 1 Completion of service
Certificate of Calibration 1 Completion of service


VII. PERFORMANCE REQUIREMENT SUMMARY
The Contractor shall demonstrate that all performance standards in this statement of work have been met.
VIII. RISK ASSESSMENT
The HSPD-12 Security Risk Level assigned to this Task Order is: Low
IX. PERSONNEL
Contracting Officer Representative (COR):
Name: Amanda Hyman
Phone: 303-497-5122
Email: amanda.hyman@nist.gov


Technical Point of Contact (TPOC):
Name: Christopher Dennis
Phone: 303-497-4192
Email: christopher.dennis@nist.gov


 


Michael G. Fredericks, Contracting Officer, Phone 3034977763, Email michael.fredericks@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP