SOURCES SOUGHT
99 -- Sources Sought Synopsis - Shielded Enclosure
- Notice Date
- 7/2/2025 7:53:54 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
- ZIP Code
- 84056-5837
- Solicitation Number
- FA8214SHIELDEDENCLOSURE
- Response Due
- 8/4/2025 3:00:00 PM
- Archive Date
- 08/19/2025
- Point of Contact
- Torrey Boggs, Courtney Eubanks
- E-Mail Address
-
torrey.boggs.2@us.af.mil, courtney.eubanks@us.af.mil
(torrey.boggs.2@us.af.mil, courtney.eubanks@us.af.mil)
- Description
- This notification is for market research purposes only to identify potential contractors who have the skills, experience, and knowledge required to successfully complete this effort for Vandenberg Space Force Base (VSFB) and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal nor an invitation for bid. The purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources exist and if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334515, which has a corresponding size standard of 454 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small business, to include 8(a), Service-Disabled Veteran-Owned, historically underutilized business zone (Hubzone), and Women-Owned small business concerns. This market survey is to identify potential sources capable of assembling and installing a shielded enclosure (SE) designed to attenuate electromagnetic radiation. This includes: Designing and installing an SE in accordance with the Prime Item Development Specification (PIDS) S-118-42157. Major characteristics of the SE from the PIDS include: Shielding Effectiveness: Shielding effectiveness must be in accordance with NSA 94-106. Performance must be verified across the full frequency range and at the levels detailed therein. S-118-42157 references NACSEM 5100 for TEMPEST design requirements. NACSEM 5100 has been superseded by NSTISSAM TEMPEST/1-92, from which the requirements of NSA 94-106 are derived. Physical Size: Minimum internal dimensions must be 16 feet by 20 feet by 7 feet 6 inches high. Maximum external dimensions must be 23 feet by 19 feet by 10 feet high. Weight: Total weight of the SE must not exceed 20,000 pounds. Access door: Dimensions of the access opening must be a minimum of 36 inches by 83 inches. Access door is pneumatic sealing style. Power: Output and auxiliary power provided for console and equipment located inside the SE. Grounding Points: Internal grounding point and external grounding stud to connect to facility ground. Communication: Communication to area external of SE. Air Vents: Inlets and outlets for cooling air from facility for console and personnel. Additional Requirements: All materials and chemicals utilized in the construction of the SE must meet current Santa Barbara County Environmental Protection Agency (EPA) requirements. Ability to test on site all frequencies and levels specified in NSA 94-106 and utilizing methodology and guidance of IEEE-STD-299. Ability to provide services to include long-term maintenance and repairs on an as-needed basis, with Radio Frequency (RF) testing and recertification on a tri-annual basis. Contract Requirements The Air Force�s planned methodology will be a single purchase supply contract to procure the SE, as well as delivery of Level 3 Engineering drawings and 3D-models with government purpose rights. The anticipated contract type will be Firm-Fixed-Price. Instructions Provide documentation that supports your company�s capability in meeting the above requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e. teaming, subcontracting, etc.). Provide company�s size based on NAICS code identified for this Sources Sought Synopsis and identify any small business socio-economic program. Also identify the CAGE code of your company. Provide verification that the NAICS code identified on top page of this Sources Sought Synopsis is appropriate or suggestions with supporting rationale as to why it is not appropriate. Please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. The distribution of the related documents is limited to contractors with a DD2345 certified by the Defense Logistics Information Service, Joint Certification Program (1-877-352-2255) and who have a legitimate business purpose. As such, the PWS and related documents cannot be provided to a contractor without a certification. Contractors who would like to become certified can find the form and instructions at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Interested parties are advised that certification of a DD2345 may take time, so completion and submission of that form as soon as possible is highly recommend Interested parties please contact courtney.eubanks@us.af.mil and torrey.boggs.2@us.af to request access to the related documents.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8134a58b260441c8aa108e4cc58b9482/view)
- Place of Performance
- Address: Lompoc, CA 93437, USA
- Zip Code: 93437
- Country: USA
- Zip Code: 93437
- Record
- SN07498118-F 20250704/250702230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |