Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOURCES SOUGHT

36 -- Aerosol Jet Printer for Printed Electronics

Notice Date
5/22/2012
 
Notice Type
Sources Sought
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBBL2096A001
 
Archive Date
6/16/2012
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a Aerosol Jet Printer for printed electronics. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The Aerosol Jet Printer for printed electronics must meet the following requirements: • Aerosol printing of materials specifically for electronic components (dielectric materials, metals, conductive materials) • Able to print feature sizes from 10µm to 1.5 mm wide with interchangeable nozzles • Single-pass layer thickness of 25 nm- 10µm for improved process control • Material viscosity acceptance range of 0.7 to 1000 cP for wider material choices and control over deposition thickness • Material solids loading ca. 70 wt%+ for higher metal or ceramic content for less solvents, more material • Graded materials are possible to produce Functionally Graded Materials which can manage CTE mismatches between materials. • Print nozzle standoff to substrate of 1-5 mm to allow printing over surface irregularities while maintaining constant feature width and also enable conformal desposition and access to corners • 3D direct writing capability, motion control in x-y-z • Visual alignment system- alignment cameras and lighting • Print area up to 300 mm • Motorized z-axis for enhanced 3D printing • IR laser system for material curing All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates. NAICS Code to be used for this acquisition is 333513, the size standard for this effort is no more than 500 employees. (This NIACS code is subject to the non-manufacturer rule, and therefore the manufacturer and the vendor must both be classified as a small business to qualify as a small business.) The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Emmeline.spaulding@wpafb.af.mil to be received no later than 2:00pm. Eastern Daylight Time, 1 June 2012. Direct all questions concerning this acquisition to Emmeline Spaulding at (937) 522-4565.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBL2096A001/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02755259-W 20120524/120523000317-0d3d78070fc845623df9949b8cddd064 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.