This government file outlines the technical specifications for equipment intended for an anechoic chamber at Fairchild Hall, USAFA, likely for a federal RFP. It details requirements for foam absorbers, an electric antenna stand, and a turntable. The foam absorbers, made from closed-cell materials, must prevent particle shedding, resist environmental degradation, and have a modular design with a 25-year service life. They need to cover all chamber surfaces (34x14x14 ft plus 13x14x14 ft section) and integrate walkway absorbers. These absorbers must perform effectively from 10 MHz to 40 GHz with a 3ft quiet zone and comply with ISO 9001 and 14001. The electric antenna stand requires a fixed height of 1.5 meters, supports 6 kg, uses a DC stepper motor for polarization, and is remotely controlled via LAN. It must also provide 20 dB interference suppression per DIN EN55011:2022-05 class B and operate on 110-230 VAC. The turntable, with a 2.0-meter diameter, must support a 500 kg point load, have adjustable speeds (0.1-2.5 rpm), a rotational range of -200° to 400°, and be remotely controlled via fiber optics and LAN. It also requires 20 dB interference suppression and 110-230 VAC operation. Both the antenna stand and turntable are specified for an operational temperature range of 10°C to 35°C.
The document, "252.225-7020 Trade Agreements Certificate—Basic," outlines the certification and evaluation process for end products in government solicitations subject to trade agreements. It defines key terms like "U.S.-made," "qualifying country," and "designated country" end products. The government will prioritize offers of these types of end products, only considering "nondesignated country end products" if other options are unavailable, insufficient, or a national interest waiver is granted. Offerors must certify that their products meet these criteria, listing any exceptions that are nondesignated country end products. This provision ensures compliance with trade agreements in federal acquisition regulations.
FAR 52.212-3(b) outlines the requirements for offerors regarding annual representations and certifications for federal government solicitations. It states that any changes made by the offeror in paragraph (b)(2) do not automatically update their representations in SAM. Offerors must confirm that their electronic representations and certifications in SAM, accessed via http://www.sam.gov and pertaining to FAR 52.212-3, have been updated within the last 12 months. These must be current, accurate, complete, and applicable to the specific solicitation, including business size standards for relevant NAICS codes, at the time of submission. Offerors must identify any paragraphs from (c) through (v) where they have made specific amendments for the current solicitation only. These amended representations are incorporated into the offer but do not update the electronic records in SAM.
The U.S. Air Force Academy is seeking quotes for replacing foam absorbers and related test equipment in its anechoic chamber under Solicitation Number FA700025Q0024. This Request for Quotation (RFQ) falls under NAICS Code 334515 (750-employee size standard) and PSC 6625. The project includes the disposal of old materials, installation of new foam absorbers, an electric antenna stand, and a turntable, with long-term post-installation support. Quotes must adhere to specific technical requirements for each item, including material, performance, and operational standards. All contract line items are firm-fixed price, and delivery must be F.O.B. Destination by August 30, 2026. The Air Force intends to prioritize domestic end products in accordance with the Buy American Statute. Quotes are due by September 23, 2025, at 10:00 A.M. Mountain Daylight Time, and should be emailed to Ms. Brianna Morphis and Mr. Ronald Wilson. Questions must be submitted by September 5, 2025. Evaluation will be based on price, technical capability, and past performance, with an emphasis on meeting or exceeding specifications and ensuring SAM registration.
The U.S. Air Force Academy is issuing a combined synopsis/solicitation (FA700025Q0024) for the replacement of foam absorbers and related test equipment, including an electric antenna stand and turntable, for its Anechoic Chamber. This Request for Quotation (RFQ) falls under NAICS Code 334515 (750-employee size standard) and PSC 6625. The project includes disposal, installation, and long-term post-installation support. The government prefers domestic products per the Buy American Statute. Quotes must be firm-fixed price, include specific line items for foam absorbers, an electric antenna stand, a turntable, removal, and installation, and factor in shipping costs to USAFA, CO 80840. Work is scheduled to begin June 1, 2026, and be completed by August 30, 2026. Technical specifications for the foam absorbers, antenna stand, and turntable are detailed, requiring compliance with various standards and certifications. Quotes are due by September 23, 2025, 10:00 A.M. MDT, and questions must be submitted by September 5, 2025, 9:00 A.M. MDT. Evaluation will be based on price, technical capability, and past performance, with a best-value award decision. Vendors must be registered in SAM and submit required certifications.
The U.S. Air Force Academy (USAFA) is soliciting quotes (RFQ FA700025Q0024) for the replacement of foam absorbers and related test equipment (electric antenna stand and turntable) in its anechoic chamber. This combined synopsis/solicitation outlines requirements for commercial items, including disposal, installation, and post-installation support. Quotes are requested in accordance with FAR Parts 12 and 13, with a NAICS Code of 334515 (750-employee size standard) and PSC 6625. Key technical specifications are provided for foam absorbers (closed-cell, 25-year life, 10 MHz-40 GHz performance, ISO 9001/14001 compliance), an electric antenna stand (1.5m fixed height, 6kg load, remote control), and a turntable (2.0m diameter, 500kg point load, 0.1-2.5 rpm speed). Quotes are due by September 25, 2025, 10:00 A.M. MDT, and questions must be submitted by September 5, 2025, 9:00 A.M. MDT. Evaluation will be based on price, technical capability, and past performance. Vendors must be registered in SAM and provide specific documentation, including a Trade Agreement Certificate.
The U.S. Air Force Academy is soliciting quotes (FA700025Q0024) for replacing foam absorbers and related test equipment, including an electric antenna stand and turntable, for its Anechoic Chamber. This combined synopsis/solicitation, issued as an RFQ under FAR parts 12 and 13, emphasizes acquiring domestic end products per the Buy American Statute. Quotes must be firm-fixed price, include disposal, installation, and long-term support, and adhere to strict technical specifications for all items. Submissions must include detailed pricing, technical capabilities, and required certifications like the Trade Agreement Certificate. Quotes are due by September 23, 2025, 10:00 A.M. MDT, via email to Ms. Brianna Morphis and Mr. Ronald Wilson. Questions must be submitted by September 5, 2025. Evaluation will be based on price, technical capability, and past performance, with the government reserving the right to award based on best value.
The United States Air Force Academy (USAFA) has issued a Sources Sought Request for Information (RFI) to identify vendors capable of providing services for an Anechoic Chamber, essential for electromagnetic testing and research. The chamber, used for training in fields like antenna theory and electronic warfare, requires the replacement of deteriorating foam absorbers and related equipment due to compromised accuracy and safety.
Key requirements include the installation of high-performance, closed-cell polystyrene absorbers, designed for a minimum 25-year lifespan, resistant to environmental degradation and damage. The installation must ensure comprehensive coverage of the chamber's surfaces and include durable walkway absorbers for personnel access. Further specifications detail the technical standards for an electric antenna stand and turntable, both of which must meet quality control benchmarks and demonstrate effective operational capabilities across specified temperature ranges and electrical standards.
This RFI serves as a preliminary step for market research and does not obligate the government to solicit proposals at this stage, while also indicating that any future solicitations will be announced via the Contract Opportunities website (sam.gov). Interested vendors are encouraged to respond to demonstrate their capabilities relative to these requirements.