Tapered Anechoic Chamber (TAC) Repairs
ID: N0017825RC600Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

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 repair and operational improvements of the Tapered Anechoic Chamber (TAC) located in Dahlgren, Virginia. The project aims to modernize the TAC, which has been in use since 1973, by replacing aging components, including anechoic absorbers and the Azimuth-over-Elevation (AZ/EL) positioner, while ensuring minimal downtime for the chamber. This refurbishment is critical for maintaining the chamber's capabilities in electromagnetic testing, which is essential for the Navy and the Department of Defense's operational requirements. Proposals are due by November 20, 2024, at 12:00 p.m. EST, and interested parties should contact Diana Moses at diana.moses@navy.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to resources for federal and state procurement processes, specifically RFPs (Requests for Proposals) and federal grants accessible through the Defense Logistics Agency (DLA) website. It emphasizes the importance of verifying the currency of downloaded documents to ensure compliance and accuracy in use. The repetition of the source and download date indicates the significance of staying updated on regulatory content. The main purpose is to guide stakeholders on the proper channels for accessing crucial documentation related to government financial assistance and contract opportunities. By prioritizing accurate and modern information, the document supports effective engagement in government contracting and grant application processes.
    The document provides a Data Item Description (DID) for a Test Plan, designated DI-NDTI-80566A, which outlines the objectives and requirements for testing systems and equipment. It is designed for contractors to detail their testing strategies, ensuring systems meet specified design criteria when fielded. Key elements include test concepts, methods, schedules, security guidelines, and responsibilities of participating entities. The test plan must contain a title page, introduction explaining the objectives, flow diagrams illustrating the test program functions, milestones for test completion dates, and a master test list detailing all tests, objectives, and relevant specifications. Each test's parameters, required equipment, and validation procedures must also be outlined. The document supersedes a previous version, emphasizing a structured approach to documenting and conducting various types of tests. Its relevance to government RFPs and grants lies in ensuring contractors adhere to stringent testing protocols and fulfill contract requirements effectively.
    The document outlines the Test/Inspection Report criteria, identified by designation DI-NDTI-80809B, which serves to record and communicate the results, findings, and analyses from tests and inspections to ensure compliance with government or contracting agency standards. This report applies to various stages of engineering testing, including development, qualification, and acceptance. Key components include the report's format and content, focusing on necessary information such as report date, contractor's details, test type, item identification, and conducting government's activity. The structure features a table of contents, an introduction clarifying objectives and items tested, a detailed methodology for the test/inspection, and a results section that summarizes significant findings and recommendations for corrective actions. The report ensures documentation of any deviations from requirements and includes necessary certifications, asserting the accuracy and integrity of the testing performed. Appendices are suggested for including extensive data or additional documentation. Overall, this comprehensive guide emphasizes clarity, detail, and adherence to contractual obligations in reporting test and inspection outcomes, ensuring all requirements are systematically presented for government review.
    This document describes the Technical Data Package (TDP) defined by the DI-SESS-80776B Data Item Description. A TDP serves as a comprehensive technical description for an item, essential for its acquisition, production, and operational performance. It encompasses various forms of technical data, including models, drawings, specifications, and quality assurance provisions. The document outlines the requirements for the TDP's format, content, and applicable references, emphasizing alignment with MIL-STD-31000B standards. Key components required in a TDP include engineering design data, performance ratings, dimensional specifications, manufacturing processes, quality assurance requirements, and software documentation, among others. This TDP supersedes a previous version (DI-SESS-80776A) and aggregates various engineering disciplines to ensure comprehensive item documentation. The details specified are vital for successful item performance, logistics, and compliance with contractual obligations. Overall, the TDP serves as a crucial deliverable for contractors in federal acquisitions, ensuring items meet the necessary technical criteria for effective use.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is seeking contractor support for enhancing the Tapered Anechoic Chamber (TAC) in Building 1400. This facility, crucial for electromagnetic testing since 1973, requires modernization to replace aging components to maintain its operational efficacy for the Navy and the Department of Defense. The contractor's tasks include replacing all anechoic absorbers, updating the Azimuth-over-Elevation (AZ/EL) positioner, and ensuring minimal chamber downtime. Key requirements involve designing and documenting new absorber treatments that meet current specifications, conducting regular progress meetings, and providing a final report on the improvements. Additional options such as repairing shielded doors and replacing the transmit mast are also to be priced. The project emphasizes collaboration with designated technical points of contact and adherence to safety regulations. Travel for personnel is anticipated for on-site work in Dahlgren, VA. This effort reflects the government’s commitment to upgrading critical testing infrastructure to address emerging security challenges effectively.
    The NWL Technical Note TN-G-12/74 presents an analysis of the performance and measurement error of the Naval Weapons Laboratory (NWL) Tapered Anechoic Chamber, designed for evaluating antenna systems. Supported by the Naval Air Systems Command, the document offers a comprehensive overview of the chamber's configuration, instrumentation, and operational theory, emphasizing its capabilities in the 100 MHz to 40 GHz frequency range. It includes detailed descriptions of the facility layout, measurement techniques, and specific performance data related to antenna gain, reflectivity, and rotational performance. The report addresses potential errors in measurements caused by chamber reflections, offering methods for estimating these errors in pattern and gain measurements. It highlights the chamber's innovative geometry that exploits reflections for optimal field distribution in the test region, facilitating accurate antenna performance evaluations. Additionally, the document acknowledges contributions from key personnel involved in its development and outlines recommendations for future work to enhance measurement accuracy. Ultimately, this technical note serves as a vital resource for users of the NWL Tapered Anechoic Chamber, aiding in the reliable assessment of antennas and the advancement of related technologies, reflecting the Navy's commitment to maintaining cutting-edge research and development capabilities in weapon systems testing.
    The Model 53000 Azimuth/Elevation Positioners instruction manual provides comprehensive guidelines for installation, operation, and maintenance of the Series 53000 positioners used in antenna measurements. These positioners enable flexible control of microwave antennas, supporting research and investigative techniques from various locations. The manual details the technical specifications, including performance characteristics like torque and weight capacity, alongside installation instructions that include visual inspections, electrical connections, limit switch adjustments, and recommended lubrication practices. Key operational procedures, including pre-operation checks and normal operating cautions, are emphasized to ensure safety and reliability. Maintenance intervals are specified to preserve functionality, including lubrication and visual inspections every 500 hours or biannually. The document reinforces the importance of careful handling and adjustment of mechanical components to maintain performance standards. Overall, the manual serves to optimize the use of federal grant-funded equipment and promote adherence to operational and safety standards required by government contracts. Its clear structure and detailed content ensure that users understand the proper usage and care, ultimately supporting the longevity and efficiency of the instruments in government-supported research contexts.
    Cuming Corporation's technical bulletins detail a series of high-performance RF absorbers, including the C-RAM SFC, SFC-WEDGE, SFC-WALKWAY, and C-RAM Corner Block, designed for use in anechoic chambers. The C-RAM SFC series consists of broadbanded RF absorbers made from low-density polyurethane foam, available in various grades and sizes, optimized for minimal reflectivity and physical durability. The SFC-WEDGE offers specialization in directing energy flow, while the SFC-WALKWAY provides a functional path in chambers though it has reduced reflectivity. The C-RAM Corner Block is a tailored foam solution for fitting absorbers in chamber corners. Technical specifications—including weights, dimensions, installation methods, and application techniques—are provided alongside best practices for achieving optimal performance. The products meet fire retardancy standards as specified by NRL Specification 8093. This documentation serves to support government RFPs, federal grants, and state/local initiatives in selecting suitable RF absorption materials for research and testing facilities, ensuring compliance with safety standards and enhancing measurement accuracy.
    The proposal from Lehman Chambers outlines a comprehensive refurbishment plan for the Tapered Anechoic Chamber at the Naval Surface Warfare Center (NSWC) in Dahlgren, Virginia. It emphasizes a turn-key solution involving design, construction, materials, and testing to meet specified project standards. Key components of the plan detail mandatory quality assurance measures, including material testing for reflectivity and fire retardancy, along with meticulous project management strategies. The proposal showcases Lehman Chambers' extensive expertise, having successfully completed over forty anechoic chamber projects and collaborations with various U.S. government entities. Specific design and technical considerations are outlined, focusing on electromagnetic characteristics for optimal antenna testing. The refurbishment includes improvements to absorber layouts, chamber geometry, and the implementation of advanced materials such as C-RAM, which enhances performance across varying frequencies. The project is scheduled for completion within 180 days post-award, with a commitment to safety and compliance with regulatory standards throughout the refurbishment process. This proposal illustrates Lehman Chambers' dedication to delivering a high-performance testing environment while upholding quality and efficiency in service to government needs.
    The document details an absorber layout plan prepared by Cuming Corporation, focusing specifically on the interior dimensions and assembly details for chamber absorbers. Key instructions include the assembly of miter joint absorbers in the field and modifications required at door areas to ensure a snug fit when closed. Paint is to be applied to exposed areas as provided. The layout indicates specific dimensions and types of absorbers (SFC-14, SFC-18, SFC-72) to be strategically placed around walkways and ceilings, with clear directionality indicated for wedges in walkway materials. Additionally, it addresses necessary field cuts for peripheral absorbers to achieve an operating clearance. The schematics reflect a structured approach to acoustic design, adhering to precise measurements and spatial arrangements essential for effective chamber functionality. This layout is likely part of a larger government RFP related to infrastructure improvements, emphasizing compliance with engineering specifications necessary for project funding or support.
    The document outlines a test procedure plan for chamber validation at the Naval Surface Warfare Center Dahlgren Division, prepared by ATDS Inc. It details a methodology for verifying the performance of a testing chamber across frequencies from 100 MHz to 40 GHz. The plan includes polarization verification to ensure axial ratios within specified limits and reflects measurements to assess extraneous signal levels. Various probing techniques will be employed to document incident field assessment across multiple frequencies and angles, ensuring compatibility for comprehensive analysis. The final test report will comprise detailed data plots, labeling frequencies and angles, alongside calculated extraneous levels authenticated by the test engineer. This structured approach emphasizes thorough evaluations of chamber performance and precision in test results, reflecting federal requirements for RFPs and grants in defense technology assessments.
    The document outlines a refurbishment project for the Tapered Chamber at the Naval Surface Warfare Center in Dahlgren, Virginia, conducted from May 5, 1998, to August 26, 1998. The refurbishment included multiple stages: the removal of old absorbers and control cables, refurbishing doors, installing improved lighting fixtures, and applying new urethane absorbers to create a quiet zone as specified for acoustical testing. Key activities involved cleaning surfaces, installing new absorbing materials in various configurations, and ensuring proper transitions between different sections of the chamber. Comprehensive testing was also carried out on the chamber's axial ratio and field probes to validate its effectiveness post-refurbishment. The document serves to record the systematic upgrades and modifications made to enhance the chamber's functionality for testing purposes, reflecting the Navy's commitment to maintaining testing facilities that meet rigorous standards.
    The document outlines specifications and requirements for an upgrade to a Model Tower System, primarily focused on the integration of a switched control unit with synchro capabilities. It details various components such as RF transmission units covering frequencies from 0.1 to 26.5 GHz, control panels, measurement receivers, and associated equipment configurations necessary for optimal signal generation and control. The setup includes connections for power, RF OUTPUT, LAN, and various triggering mechanisms, reflecting a comprehensive design for effective field testing and measurement capabilities. Specific lengths of cabling and architecture layouts, including motor and limit switches, are denoted for further integration into the existing infrastructure. This upgrade is relevant in the context of government RFPs and grants, as it seeks to improve technological capabilities for communication equipment within federal and local projects, ensuring thorough adherence to operational standards and efficiency. The document emphasizes the technical requirements essential for the successful execution of this project within governmental frameworks.
    The document outlines the "Contract Data Requirements List" for a bi-weekly meeting report related to a Tapered Anechoic Chamber contract. It establishes data submission requirements, indicating that contractors must provide meeting minutes within 13 working days of the meeting. The document is designed for the Department of Defense and specifies communication protocols, including submission formats (e.g., MS Office 365) and distribution to authorized personnel. The approval process for submitted drafts involves Government review within five working days, with a clear timeline for revisions. The file adheres to established military specifications and details the necessary documentation and responsibilities concerning data approval and delivery, suggesting a structured approach to project management in defense contracting. Ultimately, it serves as a guideline for contractors to ensure compliance with data reporting requirements essential for maintaining organizational efficiency and accountability within government contracts.
    The document outlines the Contract Data Requirements List (CDRL) for a Test Plan addressing the Tapered Anechoic Chamber system/item. It highlights the contractual obligations regarding data submission and review timelines. The data item number A002 pertains specifically to the Test Plan/Report, governed under the authority of DI-NDTI-80566A. The primary contracting office is the Naval Surface Warfare Center Dahlgren Division (NSWCDD), with stipulated distribution statements for controlled access. Draft submissions are to be reviewed by the government within 30 working days, and contractors must incorporate feedback within 15 working days, ensuring the data item meets required specifications. The CDRL also provides clear steps for both government personnel and contractors for completing the required forms, specifying categories for technical data and the importance of compliance with government requirements. The document serves as a guideline for the management and submission of critical data in alignment with federal contracting protocols, particularly emphasizing the meticulous process of data approval and distribution concerning government contracts.
    The document outlines the requirements for a Technical Data Package (TDP) related to the acquisition of a Tapered Anechoic Chamber under a specified contract. It contains details such as the data item number (A003), submission frequency, and evaluation processes for technical data submissions. The contractor is tasked with providing a draft for government review, which must be submitted within 30 working days post-design completion, with revisions due after government feedback. Distribution of the data is limited primarily to the Department of Defense and its contractors, emphasizing confidentiality. To facilitate the process, specific instructions for the preparation and approval of this documentation are included, detailing necessary compliance with governmental standards. The document serves as a Contract Data Requirements List (CDRL), focusing on ensuring adequate technical documentation for government contracting, essential for project integrity and adherence to standards. The information aims to streamline communication between contractors and government officials regarding compliance, submission protocols, and the requirements for technical data processing within the scope of government contracts, reflecting a structured approach to federal procurement practices.
    The document represents a Contract Data Requirements List (CDRL) for a Test/Inspection Report associated with the acquisition of a Tapered Anechoic Chamber by the Department of Defense. It outlines data item specifications, submission timelines, and responsibilities associated with the contract, emphasizing adherence to military specifications and standards. Key components include references to the Statement of Work, required draft and final submissions, and the distribution of data within the Department and its contractors. The CDRL mandates the submission of data in MS Office 365 format and specifies a structured review process wherein the government has set timelines for feedback. Additionally, the document emphasizes the need for appropriate data marking and clearly defines obligations for the contractor regarding data preparation and delivery. Overall, it serves as a guideline ensuring compliance with contract requirements and the management of data for government projects, reflecting the procedural rigor expected in federal acquisitions and grants processes.
    The document outlines a Request for Proposal (RFP) from the Naval Surface Warfare Center (NSWCDD) for operational improvements to the Tapered Anechoic Chamber (TAC) in Dahlgren, VA, which is essential for electromagnetic testing. The RFP emphasizes the need for refurbishment due to deteriorating components from its original construction in 1973, aiming to enhance usability and versatility to meet current Department of Defense requirements. The contractor will be responsible for replacing anechoic absorbers, installing a new Azimuth-over-Elevation (AZ/EL) positioner, and managing options for door repairs and mast replacements. Key deliverables include a final report and documentation of improvements. Project management requires bi-weekly coordination meetings with NSWCDD technical points of contact. The goals are to minimize chamber downtime and ensure compliance with technical specifications. The scope includes adherence to safety and regulatory standards, indicating the government's commitment to maintaining critical testing capabilities within the defense sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Refit Chamber
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the upgrade of a Radio Frequency (RF) Shielded Chamber, which is critical for conducting electromagnetic compatibility (EMC) and electromagnetic interference (EMI) testing. The project aims to replace deteriorating cardboard pyramidal absorbers and install new low-EMI LED lighting to ensure compliance with MIL-STD-461 standards, thereby enhancing the government's testing capabilities. This initiative is vital for maintaining the integrity of military operations and ensuring warfighter safety, with the work expected to be completed within six months at the NSWCDD facility in Dahlgren, Virginia. Proposals are due by October 29, 2024, and interested parties should contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or call 540-742-8882 for further details.
    0722-01 VAB Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the repair and upgrade of fifty (50) malfunctioning Variable Action Button (VAB) panels, originally manufactured by Comark LLC. The objective of this procurement is to restore these panels to full operational status, as they are critical components used in the TI-16 Common Display System (CDS) Consoles for tactical displays in the Ships Self Defense System (SSDS). The selected contractor will be responsible for evaluating each panel, executing repairs using OEM parts, and ensuring compliance with the specified technical criteria outlined in the Statement of Work. Proposals are due by November 1, 2024, with an anticipated award date later that month. Interested vendors should contact Terrence Turner at terrence.o.turner.civ@us.navy.mil or by phone at 540-742-8853 for further details.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach for varying levels of refurbishment. The contract will be awarded as a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with a minimum of one and a maximum of 125 shelter sets anticipated over its duration. Interested parties should note that the solicitation will be available on sam.gov and the PIEE Solicitation Module, with proposals due by December 17, 2024. For further inquiries, contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or call 812-381-3553.
    COMPETITIVE –TEMPERATURE CHAMBER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the procurement of multiple temperature chambers under solicitation number N0016425Q0007. The chambers must meet specific military-grade specifications, including safety upgrades and fire suppression capabilities, to ensure compliance with rigorous operational standards. This procurement is crucial for supporting various defense-related testing and operational requirements, emphasizing the government's commitment to working with small businesses, including Service-Disabled Veteran-Owned and Women-Owned Small Businesses. Interested vendors must submit their proposals by October 21, 2024, and can direct inquiries to Cassidy Shaw at cassidy.k.shaw.civ@us.navy.mil.
    Data Acquisition and Processing System (DAPS) Hardware Prototype
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is seeking proposals for the development of a Data Acquisition and Processing System (DAPS) hardware prototype. The objective is to create a modern transceiver solution to replace existing hardware at the Patuxent River Naval Air Station and White Sands Missile Range, which is essential for measuring RF fields and induced currents in military aircraft in compliance with MIL-STD-3023. This project will involve designing and fabricating two prototype transmitters, along with necessary support equipment, leveraging existing commercial off-the-shelf fiber optic technology. Interested parties are encouraged to join the Naval Aviation Systems Consortium for further communications, and inquiries can be directed to Kathryn Matisick at kathryn.g.matisick.civ@us.navy.mil.
    Refurbishment/repair of 18 variants located on Navy vessels
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a four-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract on a sole source basis to Science Applications International Corporation (SAIC) for the refurbishment and incidental services of eight variants of the Antenna Tilt Group (ATG) located on active-duty Navy vessels. This procurement aims to address the refurbishment and repair of approximately 130 different variants, which are critical for maintaining operational capabilities on Navy vessels. Interested parties that believe they can meet the requirements are encouraged to submit a capability statement or proposal by 3:00 p.m. Eastern Standard Time (EST) on November 2, 2024, with questions directed to Contract Specialist Suzanne Kennedy at p.s.kennedy.civ@us.navy.mil. Verbal inquiries will not be accepted, and responses will be posted on the NAVWAR e-Commerce Central website.
    Chambers Field Install Runway 28 ILS Infrastructure
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Chambers Field Install Runway 28 Instrument Landing System (ILS) Infrastructure project at Naval Station Norfolk, Virginia. This project entails the construction of essential infrastructure, including access roads, concrete foundations, electrical ducts, and drainage systems, with an estimated budget ranging from $1,000,000 to $5,000,000 and a completion timeframe of 400 days. The procurement is critical for enhancing aviation safety and operational efficiency at the naval station. Proposals are due by November 1, 2024, and interested contractors should contact Jacob Busila at jacob.a.busila.civ@us.navy.mil or 757-341-0558 for further details.
    WIPL-D Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division (NAWCAD), is seeking quotes for the maintenance renewal of WIPL-D Pro software licenses, essential for modeling and simulation of antennas and RF systems on naval platforms. The procurement includes various software licenses, including WIPL-D Pro DDS Solvers and a Linux Cluster license, with a focus on maintaining accurate computational electromagnetics modeling capabilities to meet operational demands. The contract period is set for one year, commencing on August 31, 2024, with quotes due by October 28, 2024, at 7:00 am Eastern Standard Time. Interested vendors must submit their proposals to the designated contacts, Michael Coffey and Roberta Nethercutt, via email, ensuring compliance with all specified requirements and certifications.
    58--ANTENNA DRIVE ELECT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of Antenna Drive Electric systems. The procurement involves comprehensive repair services, including testing and inspection, to restore the equipment to a Ready for Issue (RFI) condition, with a required turnaround time of 180 days after receipt of the asset. These systems are critical for radar equipment used in airborne applications, emphasizing the importance of maintaining operational readiness. Interested contractors should contact Shannon Gonglik at 215-697-3318 or via email at shannon.gonglik@navy.mil for further details and to discuss the submission of proposals.
    AMPLIFIER-POWER SUP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Amplifier-Power Supply through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 200 days, and emphasizes the need for compliance with specific quality assurance standards and government inspections. This equipment is critical for military operations, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors should submit their quotes by October 29, 2024, and can direct inquiries to Adrienne L. Rubinic at 717-605-1394 or via email at ADRIENNE.L.RUBINIC.CIV@US.NAVY.MIL.