EMI Chamber
ID: N0017825RC613Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Plate Work Manufacturing (332313)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of an Electromagnetic Interference (EMI) Shielded Chamber and associated components, as outlined in solicitation N0017824RC613. The requirement includes a primary 27’x16’x12’ EMI shielded chamber, an optional 10’x8’x8’ shielded ante-room, and fire-retardant RF absorber materials, with the contractor responsible for installation and adherence to safety regulations. This procurement is crucial for conducting electromagnetic compatibility and EMI testing, ensuring compliance with military standards. Interested small businesses must submit their proposals by August 20, 2025, with an anticipated award date of August 27, 2025. For further inquiries, contact Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) requires an Electromagnetic Interference (EMI) Shielded Chamber for electromagnetic compatibility and EMI testing. This Statement of Work (SOW) outlines the provision of a 27’x 16’ x 12’ shielded enclosure, with optional components including a 10’ x 8’ x 8’ shielded ante-room and fire-retardant RF absorber. The contractor is responsible for providing and installing all required equipment, including specific doors, lighting, vents, power filter cabinets, and a copper bus bar. All work must comply with OSHA and CDC guidelines, and the contractor must protect government property. Installation will occur during normal working hours, Monday through Friday, 0800-1700. The government will prepare the facility and provide electricity. All work is unclassified, and contractor travel is required and must adhere to Federal Travel Regulations.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has issued a Statement of Work (SOW) for the procurement of an Electromagnetic Interference (EMI) Shielded Chamber to enhance its electromagnetic compatibility (EMC) and EMI testing capabilities. The requirement includes the supply and installation of a shielded chamber, with specified dimensions of 27’x 16’x 12’, equipped with essential features such as low-EMI LED lighting, multiple shielded doors, and specific power filter cabinets. Additionally, there are optional components including a shielded ante-room and fire-retardant RF absorbers, which must meet defined reflectivity standards. The contractor is responsible for all labor and material installation, adhering to OSHA regulations and CDC guidelines. The room must be installed onsite in Dahlgren, Virginia, with no government-furnished materials, except for prepared space and electricity at the site. The contract stipulates that the work must be conducted during regular hours and coordinated with a technical point of contact. The document highlights the unclassified nature of the work and outlines travel regulations in compliance with federal standards. This SOW showcases the government's commitment to advancing safety and effectiveness in military testing environments.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has issued Solicitation N0017825RC613, an RFP for an Electromagnetic Interference (EMI) Shielded Chamber and related components. The solicitation, issued on April 4, 2025, with an offer due date of August 20, 2025, at 12:00 PM, is a total small business set-aside under NAICS 332313. The requirement includes a 27’x16’x12’ EMI shielded chamber (CLIN 0001), a 10’x8’x8’ shielded ante-room (CLIN 0002), RF absorber material for the chamber (CLIN 0003), installation services (CLIN 0004), and shipping (CLIN 0005). The contractor is responsible for furnishing and installing all items, adhering to OSHA and CDC guidelines, and protecting government property. Delivery of the EMI shielded chamber is required within 30 weeks After Date of Contract (ADC), while the ante-room and RF absorber are due within 90 days ADC. Installation and shipping are scheduled for 40 weeks ADC. Invoicing will be processed through the Wide Area WorkFlow (WAWF) system, and specific clauses regarding commercial supplier agreements, data rights, and small business utilization are incorporated.
    This amendment to solicitation N0017825RC613, modification 0002, reissues a revised Statement of Work (SOW) to clarify specifications for each Contract Line Item Number (CLIN) and extends the proposal submission deadline to August 20, 2025. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) requires an Electromagnetic Interference (EMI) Shielded Chamber for electromagnetic emissions and susceptibility testing. The SOW details requirements for an EMI Shielded Chamber (CLIN 0001), a shielded Ante-room (CLIN 0002), and fire-retardant RF Absorber (CLIN 0003), including specific dimensions, components, and performance criteria. The contractor is responsible for installation, providing a material list, adhering to safety regulations (OSHA, CDC), protecting government property, and working during specified hours. Travel is required and will be reimbursed per Federal Travel Regulations. The amendment also changes the option status for CLINs 0002 and 0003 to 'No Status' and deletes certain clauses while incorporating others by reference.
    This government file, likely an addendum to an RFP, clarifies requirements for two attenuation enclosures (CLIN 0001 and CLIN 0002). Key clarifications include confirmation that neither CLIN requires anechoic properties, no floor filler tiles are needed, and no acoustic requirements like silencers are necessary. The project timeline estimates one week for design review followed by construction. On-site conditions confirm lay down space and the need for special badging for crew. The interior finish for both units will be sheet metal panels. Structural requirements specify a concrete board base for moisture protection and anchoring the chamber frame to the concrete floor. The contractor is responsible for providing brass nipples for power filter mounting and RF testing. The project does not require the contractor to hook up electrical, provide bolted unistrut, include a door maintenance kit, or provide fiber penetrations.
    This government file addresses facility and installation questions for an EM Chamber project at NSWC Dahlgren. The facility's largest opening is 10'x10', allowing for some pre-assembly of the 27'x16'x12' EM Chamber and its 10'x8'x8' Ante Room. The contractor (CTR) is responsible for providing and installing power filters and pass-through couplers, but not the internal electrical distribution system (panel boards, transformers, breakers). The local team will handle short power and wiring connections to the filters. For anchoring, the concrete board under the chamber will float, while the steel support structure will be anchored to the host concrete floor using heavy-duty wedge-style anchors. A 1/4" concrete board layer will act as a protective barrier between the chamber floor and the finished concrete. This clarifies the scope of work regarding facility constraints, electrical responsibilities, and chamber anchoring for potential vendors.
    The document addresses the requirements for an anechoic chamber within a government proposal context. It clarifies the difference between RF absorption and RF attenuation, emphasizing that while RF absorption focuses on minimizing reflections for accurate testing, RF attenuation pertains to the chamber's ability to shield against external electromagnetic interference. The critical question raised is whether there are specific RF attenuation requirements included in the specifications. In response, it is confirmed that the chamber must achieve an attenuation of approximately 100 decibels (dB) against external emissions within the frequency range of 80 MHz to 18 GHz. Furthermore, with operational internal systems, the ambient electromagnetic level in the chamber should be at least 6 dB below the limits specified in MIL-STD-461G, ensuring compliance with military standards. This detailed information is essential for guiding the design, pricing, and scheduling of the project, reinforcing the importance of clarity in federal RFP specifications.
    The document outlines specifications and requirements for two line items, CLIN 0001 and CLIN 0002, related to the construction of sound attenuation enclosures. Both items require a 100 dB attenuation enclosure without anechoic properties and should feature a sheet metal panel finish. Design approval is expected within one week, followed by construction, while the site has sufficient laydown space and necessitates crew badging. The contractor must install a concrete board base for moisture protection and should ensure the enclosure's structural integrity with proper anchoring. Notably, there are no acoustic requirements, chilled water penetrations, or electrical hookups needed, although the contractor must provide RF testing. Additional equipment, such as brass nipples for power filter mounting, should be included, while several maintenance and interior installation options were declined. This project appears to be part of federal contracting efforts, focusing on technical specifications to meet government standards efficiently and effectively while adhering to safety regulations and construction guidelines.
    The document addresses technical inquiries regarding the installation of Electromagnetic (EM) Chambers at the NSWC Dahlgren facility. It confirms that the facility has limitations with bay door dimensions (10'x10'), affecting the assembly of the larger EM Chamber (27x16x12) and the optional Ante Room (10x8x8) on-site. It clarifies that the contractor is responsible for providing Power Filters and necessary components for installation but is not required to supply the electrical distribution system; local teams will handle all electrical wiring and connections post-installation. Additionally, the document outlines how the EM Chamber's floor should be anchored to the finished concrete floor using concrete anchors, ensuring proper support. The proposed method includes a protective layer of concrete board under the chamber floor for safeguarding and the use of heavy-duty wedge-type anchors for stability. The document serves to clarify technical specifications and responsibilities within the context of the RFP process, facilitating clear communication between the government and the contractor.
    This government Request for Proposal (RFP) N0017825RC613, issued by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), seeks an Electromagnetic Interference (EMI) Shielded Chamber for electromagnetic compatibility and EMI testing. The RFP, issued on April 4, 2025, with offers due by May 5, 2025, at 12:00 PM, is a total small business set-aside. Key deliverables include a 27’x 16’ x 12’ EMI shielded chamber (CLIN 0001), with optional items such as a 10' x 8' x 8’ shielded ante-room (CLIN 0002) and RF absorber/ferrite tiles (CLIN 0003). The contract also covers installation (CLIN 0004) and shipping (CLIN 0005) to Dahlgren, VA. The contractor must provide all labor for onsite installation, adhere to OSHA and CDC guidelines, and protect government property. Payment will be processed via Wide Area WorkFlow (WAWF), and travel may be required. The document outlines detailed specifications for the chamber components, contractual clauses, and delivery schedules, emphasizing compliance with federal acquisition regulations and defense federal acquisition regulation supplements.
    The document is a Request for Proposal (RFP) from the Naval Surface Warfare Center Dahlgren Division (NSWCDD) seeking contractors to provide an Electromagnetic Interference (EMI) Shielded Chamber and associated services. The primary objectives include the procurement of a shielded chamber, installation preparations, and potential optional items such as a shielded ante-room and RF absorbers, all aimed at facilitating electromagnetic compatibility testing. Key components required are detailed specifications of the chamber dimensions, power filter cabinets, and safety compliance according to OSHA and CDC guidelines. The proposal outlines delivery schedules, acceptance criteria, and payment procedures, including provisions for small business participation. Submission of proposals is due by May 5, 2025, with overarching legal and procedural terms incorporated via FAR clauses. The document emphasizes the government’s focus on ensuring regulatory compliance, safety, and quality in supporting military capabilities through advanced testing environments.
    This government document, an amendment to solicitation N0017825RC613, extends the closing date for offers from May 5, 2025, to May 9, 2025. Issued by NSWCDD, the amendment modifies the original solicitation dated April 4, 2025. It emphasizes that all other terms and conditions remain unchanged. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging on their offer, or sending a separate letter or telegram. Failure to acknowledge receipt by the new deadline may result in the rejection of their offer. This ensures all potential contractors are aware of the revised submission timeline for the federal government's Request for Proposal (RFP).
    This document is an amendment to a federal solicitation, specifically extending the closing date for submission of offers. The original deadline of May 5, 2025, is changed to May 9, 2025, at 12:00 PM. It outlines that aside from this amendment, all terms and conditions of the solicitation remain unchanged and in effect. Notably, it specifies the methods for contractors to acknowledge receipt of this amendment, which are critical for ensuring their offers are considered. Additionally, it communicates administrative details regarding contact information, contract IDs, and the contracting officer's details. This amendment emphasizes the federal procurement process's procedural rigor, ensuring clear communication and adherence to deadlines for potential contractors. The document reaffirms the government's commitment to transparency and compliance in its purchasing and contracting activities.
    Lifecycle
    Title
    Type
    EMI Chamber
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    59--SHIELD,ELECTRONIC C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the Electronic Shield (NSN 5999016918619). This solicitation is part of a total small business set-aside and aims to fulfill specific military requirements for electronic components. The goods are crucial for various defense applications, ensuring operational reliability and performance. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
    58--ENCLOSURE, FCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.
    49--CABLE,EMI SHIELDED,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 37 units of EMI Shielded Cable, identified by NSN 4920015467337. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The cables will be utilized for maintenance and repair shop equipment, highlighting their importance in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    PL EA - Vehicle Mounted ESEA System RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    Electronic Shield P/N 3397060
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of five Electronic Shields (P/N 3397060) under a total small business set-aside. This procurement is critical for supporting aircraft engine and engine parts manufacturing, aligning with the NAICS code 336412, and is categorized under miscellaneous aircraft accessories and components (PSC code 1680). Interested vendors must submit their quotes by December 30, 2023, at 1300 MST, and are required to request access to technical drawings while ensuring compliance with military packaging standards as outlined in the associated documentation. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    59--BI LW ECD FRT PANEL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the manufacture of 16 each of BI UP ECD FRT Panels and 16 each of BI LW ECD FRT Panels, as outlined in solicitation number N00104-26-R-BF24. These components, identified by NSN 7H-5999-017274560-X3 and NSN 7HH 5999 017274557 X3, are critical for various military applications and must be delivered to designated DLA distribution centers in Pennsylvania and California within 300 days of contract award. Interested suppliers are required to submit their proposals in accordance with the solicitation requirements, and must contact Andrew C. Lyter at andrew.c.lyter.civ@us.navy.mil or by phone at (564) 230-2573 for further details and to obtain the necessary technical documents. Proposals must be submitted within 45 days of the notice publication, with the understanding that the government may choose to negotiate with only one source under FAR 6.302.
    59--SHIELDING GASKET,EL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 23,089 units of the Shielding Gasket, Electrical (NSN 5999014433181). This solicitation is part of a combined synopsis/solicitation and is specifically set aside for Women-Owned Small Businesses (WOSB), highlighting the government's commitment to supporting diverse suppliers. The shielding gasket is a critical component used in various electrical and electronic equipment, ensuring proper functionality and protection against electromagnetic interference. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
    Panel, Control, Electrical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of an Electrical Control Panel (NSN: 5895-01-713-9944, Mfr Part Number: 12582006). The solicitation, identified as SPRDL1-26-Q-0006, requires offers for an initial quantity of five units, with an option for an additional five units, to be delivered within 365 days after award. This equipment is critical for various defense applications, and the procurement is set aside for small businesses, emphasizing compliance with specific military standards and export control regulations. Interested parties must submit their proposals electronically by January 6, 2026, and can contact Sabrina Krafft at sabrina.krafft@dla.mil or 586-467-1177 for further information.
    Electronic Armor (EA) Software Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for Electronic Armor (EA) Software Support, specifically for the NIGHTWING INTELLIGENCE SOLUTIONS, LLC software. The procurement aims to secure 730 hours of commercial engineering services over a 12-month period to integrate and enhance the Electronic Armor software within specific operating environments, particularly focusing on security hardening and software compatibility for Linux systems. This opportunity is critical for maintaining the operational integrity and security of defense systems, with proposals due by December 17, 2025, and an anticipated award date of January 16, 2025. Interested contractors must contact Susan Madison at susan.h.madison.civ@us.navy.mil for further details and ensure they are registered in the System for Award Management (SAM).
    SHIELD,TRANSFORMER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Shield Transformer, classified under the NAICS code 334416 for Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing. The contract requires the manufacture and design of the Shield Transformer to meet specific technical requirements, including adherence to military specifications and exclusion of mercury in the materials used. This procurement is critical for maintaining the operational readiness of naval systems, and interested contractors must ensure compliance with quality assurance standards and packaging requirements as outlined in the solicitation. For further details, potential bidders can contact Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL.