Anechoic Chamber Inspection
ID: FA301625Q6068Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an inspection of anechoic chambers located at Joint Base San Antonio-Lackland, Texas. The inspection aims to assess the condition of the chambers, including flooring, RF absorbers, and shielding systems, as part of a renovation project, requiring a minimum of two contractors to complete the work in one day. These chambers, approximately 36 feet in length and height, are critical for testing and research purposes, and the inspection must adhere to strict security protocols due to the facility's classification as a Sensitive Compartmented Information Facility. Interested small businesses must submit their quotes by April 21, 2025, and are encouraged to direct any questions to Caleb Murray or Rhyne Stroupe via email before the deadline.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 3:07 PM UTC
The 318th Range Squadron requests contract services for an inspection of Anechoic Chambers at Joint Base San Antonio-Lackland as part of a renovation project. The inspection, which requires a minimum of two contractors for one day, will assess the condition of flooring, RF absorbers, and welding within the chambers. It also involves a visual examination of existing shielding systems, confirmation of absorber materials, and measurements of the chambers. Contractors must provide all necessary labor and materials while adhering to security protocols, as the facility is classified as a Sensitive Compartmented Information Facility. Work is to be conducted during standard hours and requires prior coordination for access, as the building is not owned by the squadron. Contractors must also ensure compliance with safety and environmental standards and may need to submit requests for after-hours work. Proper identification and security clearance for personnel are mandatory, along with maintaining security for all materials used on-site. This project emphasizes the necessity of thorough inspections to facilitate successful renovations while adhering to strict compliance and security measures.
Apr 15, 2025, 3:07 PM UTC
The document appears to be a collection of fragmented data pertaining to federal and local RFPs (Requests for Proposals) and grants, although it contains corrupted and encoded content that obscures much of its meaning. The primary focus centers on broader government initiatives and requests; however, many details are rendered unreadable. The key themes likely include procurement processes, grant management, and guidelines for agencies seeking funding or bidding on projects. There are indications of procedures, compliance requirements, and potential areas for funding allocation, but specific projects, amounts, or deadlines remain unclear due to the compromised data. Overall, this document serves as a resource for federal and local government entities to navigate funding opportunities, though its current state limits the ability to extract actionable insights or details effectively.
The document outlines various contractual clauses incorporated by reference in federal solicitations, specifically relating to the compensation of former DoD officials, whistleblower rights, and safeguarding covered defense information. It details compliance requirements for contractors encompassing multiple regulations concerning telecommunications, export-controlled items, and business operations with certain regimes, notably the Maduro regime and the Xinjiang Uyghur Autonomous Region. Additionally, it includes definitions of various business classifications such as small businesses, women-owned, and veteran-owned concerns, along with their eligibility criteria. The provisions also highlight the importance of representing certain conditions in proposals, including tax liabilities, criminal convictions, and compliance with labor standards. This document serves as a comprehensive guide for government contracting, detailing the standards and obligations contractors must meet to engage with federal agencies effectively. It emphasizes adherence to laws and regulations aimed at promoting ethical business practices, ensuring safety, and maintaining government integrity in awarded contracts.
Apr 15, 2025, 3:07 PM UTC
Apr 15, 2025, 3:07 PM UTC
The document outlines the inspection requirements for two anechoic chambers, which are approximately 36 feet in length, width, and 20 feet in height, located in a 48-inch-deep pit. The chambers were inherited within the last five years, with an estimated construction date of the late 1970s or early 1980s, making them around 45 to 50 years old. The inspection scope includes checking the microwave absorber treatment on the four walls, ceiling, and floor, possibly also examining the flooring above the absorber if specified in the Statement of Work (SOW). Technicians will have access from 0730L to 1630L, Monday through Friday, with a recommendation to limit hours on Fridays, requiring escorted access with prior credential verification for security. This information is crucial for contractors participating in federal RFPs, as it sets clear expectations and requirements for inspecting and managing the anechoic chambers, ensuring safety and compliance in line with government mandates.
Apr 3, 2025, 7:05 PM UTC
The Request for Quote (RFQ) FA301625Q6068 calls for proposals from small business concerns for an Anechoic Chamber Inspection, valid until September 30, 2025. Quotes must be submitted by April 21, 2025, at 10:00 AM CDT, with late submissions only considered under specific conditions. The RFQ outlines the necessity for quotes on all line items, focusing on a single line item: the Anechoic Chamber Inspection as per the Statement of Work (SOW). Key points include a small business set-aside for eligible contractors meeting NAICS code 541690 criteria, a requirement for questions by April 11, 2025, and the evaluation basis, which revolves around technical acceptability and pricing. The government aims to award one firm-fixed-price purchase order, ideally without discussions, prioritizing a responsible vendor offering the best value. Quotes must comply with established provisions and clauses, and successful bidders must be registered in the System for Award Management (SAM). Delivery is required 45 days after the receipt of the order at a destination specified. This RFQ emphasizes the government's commitment to engage small businesses in government contracts, ensuring fair competition and value.
Apr 15, 2025, 3:07 PM UTC
The request for quote (RFQ) FA301625Q60680001 solicits proposals for an Anechoic Chamber Inspection, effective until September 30, 2025. The submission deadline for quotes is April 21, 2025, at 10:00 am CDT, with late submissions only considered under specific conditions. The RFQ includes a requirement for complete responses to all Contract Line Item Numbers (CLINs) to remain eligible for consideration. This solicitation is set aside for small businesses under NAICS code 541690, which has a maximum size standard of $19.0 million. Offerors must submit written questions by April 11, 2025, and quotes via email to the designated contract specialists. The award will be made to the vendor offering the best value based on technical acceptability and reasonable pricing, with the possibility of evaluating the lowest three bids for responsiveness. To qualify, vendors must be registered in the System for Award Management (SAM). Delivery is required within 45 days after receipt of order (ARO) and should be included in quoted prices. Attached documents contain details on the work required, wage determinations, provisions, and a diagram of chamber spaces.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Thermal Vacuum Chamber and New Chiller Servicing and Installation
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking to procure a Thermal Vacuum Chamber and associated chiller servicing and installation for the Wright-Patterson Air Force Institute of Technology in Ohio. The procurement involves restoring the chamber's vacuum capabilities and temperature ranges, ensuring compliance with NASA and military standards, and includes upgrading the control panel and servicing the chiller. This equipment is critical for testing flight hardware, and the contract is intended to be awarded on a sole source basis to ABBESS Instruments and Systems, Inc., which is uniquely qualified to meet the requirements outlined in the Statement of Work. Interested parties may submit capability statements or inquiries to Brian Algeo at brian.algeo.1@us.af.mil, with all correspondence required to follow specific email guidelines. The project timeline stipulates completion of crating and shipment within 60 days of contract award, with repairs and upgrades to be finalized within 10 weeks.
359 TRS Metal Bond Course Panel
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the provision of metal bonded course training panels at Sheppard Air Force Base in Texas. This procurement aims to acquire aluminum skin and honeycomb sandwich panels that meet specific design and material requirements, essential for training purposes in aerospace and defense operations. The contract will be awarded as a Firm Fixed Price (FFP) to a qualified small business, with a total small business set-aside under NAICS code 331315. Interested contractors must submit their quotes via email by 3:00 PM CST on April 24, 2025, and direct any questions to the primary contact, A1C Brendon Killough, at brendon.killough@us.af.mil or 940-676-7366.
N0018925Q0225 Thermal Vacuum Chamber
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for a Thermal Vacuum Chamber, exclusively set aside for small businesses. This procurement includes a new cylindrical vacuum chamber, a cold plate, a turbomolecular pump system, a cryopump system, three gate valves, and one year of warranty and technical support, emphasizing the importance of compliance with federal acquisition regulations. Proposals must be submitted electronically by April 28, 2025, and vendors are required to be registered in the System for Award Management (SAM) to ensure their eligibility. Interested parties can direct inquiries to Claudette Jones at claudette.j.jones.civ@us.navy.mil or by phone at 757-758-0689.
Temperature and Humidity (Conditioning) Chamber
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a Temperature and Humidity Chamber to replace an outdated unit that no longer meets testing standards. The new chamber must have heating, cooling, and humidifying capabilities, with a minimum interior capacity of 40 cubic feet, a temperature range of 20°C to 60°C, and a humidity range of 20%-80% Rh, to facilitate assessments on materials such as leather, paper, and textiles under controlled conditions. This procurement is critical for enhancing the operational capabilities of the DLA Product Test Center, ensuring compliance with government standards for product quality and safety. Interested vendors must submit their bids by 11:00 PM EST on April 27, 2025, via email to the primary contact, Blair Hartley, at Blair.Hartley@dla.mil, with delivery expected within 120 days of contract award.
Dust Settling Chamber
Buyer not available
The Department of Defense, through the United States Army Medical Research Acquisition Activity (USAMRAA), is soliciting quotes for a Dust Settling Chamber and its associated components, with a focus on small business participation as this is a 100% small business set-aside opportunity. The procurement requires the chamber to meet specific technical specifications, including compliance with IEC standards, an operating temperature range of 40 ± 2 °C, and maximum exterior dimensions of 100” x 50” x 100”, to ensure it meets the operational needs at Fort Detrick, Maryland. This equipment is crucial for environmental testing and research applications within the defense health sector. Interested vendors must submit their quotes in response to solicitation number HT942525Q0039, with evaluations based on technical conformance and pricing, emphasizing the lowest evaluated price among acceptable offers. For further inquiries, potential bidders can contact Richard Trunnell at richard.k.trunnell.civ@health.mil.
Acoustic Testing Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of STC brand name acoustic testing equipment and associated training for the 28th Maintenance Group at Ellsworth Air Force Base in South Dakota. The requirement includes a comprehensive acoustic testing equipment kit designed to measure sound transmission class ratings, along with in-person training for up to eight participants on equipment operation and basic acoustics. This procurement is crucial for enhancing acoustic evaluation capabilities within federal projects, ensuring compliance with sound measurement standards. Interested vendors must register in the System for Award Management (SAM) and submit their quotes electronically, adhering to the specified provisions and clauses, with a minimum quote validity of 60 days. For further inquiries, potential bidders can contact Nicholas Oak at nicholas.oak@us.af.mil or Jason Hankins at jason.hankins@us.af.mil.
FMS Low Frequency Antenna Installation and Improvements IAW the PWS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for improvements to the H-915A low frequency antenna installation at Vandenberg Space Force Base in California. The project aims to enhance the existing antenna system's performance through tasks such as re-installation, replacement of coaxial cables, and relocation of the antenna coupler, all to be completed within 21 days of order receipt. This installation is critical for the Frequency Management System team, which monitors radio frequencies to support government and commercial launch operations. Interested small businesses must attend a mandatory site visit on April 2, 2025, and submit proposals by April 22, 2025, with inquiries directed to Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
DFAC DV Room Enclosure
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Distinguished Visitor (DV) Room Enclosure at the Diners Reef Dining Facility located at MacDill Air Force Base in Tampa, Florida. This project aims to enhance privacy and operational security by enclosing an area to mitigate noise and foot traffic, thereby facilitating confidential discussions among distinguished visitors. The procurement involves the design, procurement, construction, and installation of glass-framed doors and windows, with a completion timeframe of 4-6 weeks for initiation and 7 days for finalization. Interested small businesses must submit their proposals by 10:00 A.M. ET on April 23, 2025, and can direct inquiries to Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
FY25 365th TRS Alpha Warrior Quad Bunker
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the construction of an Alpha Warrior Quad Bunker Training Facility at Sheppard Air Force Base in Texas. This procurement aims to enhance the physical training capabilities of the 365th Training Squadron by providing specific commercial items, including modified Conex units, fitness performance flooring, gym equipment, and installation services, as detailed in the Statement of Work. The initiative underscores the importance of modernizing training facilities to meet military readiness needs, with a focus on sustainability and enhanced fitness training for Air Force personnel. Interested small business concerns must submit their quotes via email by May 7, 2025, and ensure their proposals remain valid until September 30, 2025. For further inquiries, contact Carri Dulaney at carri.dulaney@us.af.mil or Jamie Long at jamie.long.7@us.af.mil.
B1118 SAPR Office Wall and Door
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of a privacy wall and glass door installation for the SAPR Office at Shaw Air Force Base in South Carolina. This project, designated as B1118, requires contractors to provide all necessary management, labor, materials, and equipment to complete the work, which includes demolishing existing materials, constructing a soundproof wall, and installing a glass door with a cypher lock, all while adhering to various building codes and safety standards. The total construction value is estimated to be below $25,000, and the project is set aside for small businesses under NAICS code 236220. Interested contractors must submit their proposals by May 7, 2025, and are encouraged to attend a site visit scheduled for April 14, 2025, with prior access arrangements required. For further inquiries, contact Contract Specialist SSgt Christon Reed at christon.reed@us.af.mil or Contracting Officer Ms. Zelda Williams at moore.williams.1@us.af.mil.