REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Repair/Refurbish of Large Anechoic Chamber Sliding Door

expired opportunity(Expired)
From: Federal Government(Federal)
N0016423SNB09

Basic Details

started - 27 Jan, 2023 (14 months ago)

Start Date

27 Jan, 2023 (14 months ago)
due - 09 Feb, 2023 (13 months ago)

Due Date

09 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
N0016423SNB09

Identifier

N0016423SNB09
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AMENDMENT 0001: N0016423SNB09 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Industry Day Site Visit for Vendors Interested in Repair/Refurbish of Large Anechoic Chamber Sliding Door - PSC J036 - NAICS 811310 Issue Date: 27 Jan 2023 - Closing Date: 09 Feb 2023 - 12:00 PM EST AMENDMENT 01: This amendment is to include an Industry Day announcement associated to the Repair/Refurbishment of a Large Anechoic Chamber Sliding Door previously announced as RFI N0016423SNB09. NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a
result of a vendor's submission of responses to this RFI, the Government's use of such information, nor the vendor’s attendance at Industry Day. The Government reserves the right to reject, in whole or in part, any vendor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Item Description: Naval Surface Warfare Center, Crane Division has a requirement to repair/refurbish an existing Large Anechoic Chamber (LAC) door in the Electronic Attack Test and Evaluation System (EATES) chamber located at Naval Support Activity Crane. The LAC Sliding Door provides Electromagnetic Interference (EMI) RF shielding protection when the door is closed. The purpose of the chamber door is to provide a seal that prevents high power Radio Frequency (RF) energy from escaping the EATES anechoic chamber and posing a Hazard of Electromagnetic Radiation to Personnel (HERP) in the adjacent area. Dimensions of the sliding door are approximately 22 ft. X 35 ft. The door utilizes spring loaded actuators and inflatable air bladders to form a seal against the wall. The air bladder inflation system of the LAC Sliding Door has failed and is not working properly. One or more of the inflatable bladders are currently ruptured and some of the retractors require repair or replacement. Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. NSWC Crane is seeking any additional recommendations for repair/refurbishment of the door and associated controls that may be needed, beyond what is identified in the draft Statement of Work attached document. The Government is seeking questions, recommendations, and/or feedback to the Statement of Work as well. NSWC Crane intends to hold an Industry Day for vendors interested in this requirement. Industry Day participants will be provided the opportunity to assess the installed door, the anechoic chamber, and the high-bay receiving area on the other side of the door. Anechoic chamber personnel will be available to describe how the door is used and operated. Due to the height of the door, the Government will provide a manlift and operator to allow participants to view the upper sections of the door. Additionally, the Government will provide for lockout/tagout of Mechanical/Electrical wiring. All visiting personnel must be US citizens with proper ID. Vendors participating in Industry Day will be provided the opportunity to submit repair recommendations, capability statements and estimates on repair of the chamber door. Repair estimates are requested to include a Repair Recommendation Summary, Notional Repair Timeline, and Project Cost Breakdown to the lowest extent possible, at a minimum separating labor, material, travel, and subcontracts. If feasible, interested parties are encouraged to provide a detailed breakdown to include the following sub-items (as applicable depending on repair recommendation): Onsite Safety Coordination/Documentation Costs Documentation Preparation and Delivery Chamber Access Panel Modification for accessing Chamber Door Panel Fasteners Rigging Equipment Rental Door Skin Removal/Replacement Air Bladder Removal/Replacement Retractor Removal/Replacement Pneumatic System Removal/Replacement and Door Flip-Up Ramp Repair Flame Spray Treatment RF Shielding Effectiveness Test Travel Costs The LAC is located in a classified Government space. The Contractor shall be required to be accompanied by a Government escort that has the proper clearance and access rights, when performing a site survey on the chamber door. The Government reserves the right to deny access for any reason. The planned industry dates for vendors to choose from are 16 Feb 2023 and 21 Feb 2023. Vendors may attend only one of the planned dates. Interested vendors shall respond with a preferred date either 16 Feb 2023 or 21 Feb 2023. Interested vendors shall provide the below information for each individual requesting attendance no later than 8 Feb 2023. Responses received after that date will be accommodated to the best of the Government’s ability, but cannot be guaranteed attendance approval. The Government will notify the vendor of the individual names that are approved to attend the Industry Day no later than 10 Feb 2023. Information required per individual requesting to attend: Full name Company Name Company City and State Individual Phone number and email address Individual Citizenship Participants may be contacted for additional information required to obtain visitor passes. The Government will NOT provide compensation for interested parties to attend a site survey. Vendors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The Statement of Work may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information about JCP is available athttps://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ . At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The Point of Contact for this effort is David Harrell at david.l.harrell38.civ@us.navy.mil . If a vendor is interested in this requirement opportunity, but does not intend to request Industry Day participation, please provide a response to Mr. David Harrell via email stating as such. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. N0016423SNB09 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Repair/Refurbish of Large Anechoic Chamber Sliding Door - PSC J036 - NAICS 811310 Issue Date: 27 Oct 2022 - Closing Date: 11 Nov 2022 - 2:00 PM EST The Government is issuing this RFI/sources sought announcement as part of market research for the repair/refurbish of a large anechoic chamber door. The anechoic chamber is used to perform high power radio frequency (RF) testing and measurement of array-based Electronic Attack (EA) and Radar Systems with advanced technologies. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a contract for repair/refurbishment of the chamber door and ancillary work associated with the door repair. The Government is seeking companies with the capabilities and facilities to provide repair/refurbishment of the large anechoic chamber door. The anechoic chamber door dimensions are approximately 22 feet in Width x 35 feet in Height. Additional requirement specifics can be found in export controlled Statement of Work upon SAM and JCP registration risk verification. The Government is accepting information from companies potentially capable of meeting the requirements as described above. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than 3 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior repair and refurbishment of an anechoic chamber door of similar size or larger and /or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter’s Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) Announcement Number: N0016423SNB09 Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The Statement of Work may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information about JCP is available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ . At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact via email any time prior to the expiration of this announcement. The Point of Contact for this effort is David Harrell at david.l.harrell38.civ@us.navy.mil . If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. .

CRANE, IN, 47522-5001, USALocation

Place Of Performance : CRANE, IN, 47522-5001, USA

Country : United StatesState : Indiana

Classification

NAICS CodeCode 811310
Classification CodeCode J036