Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

66 -- Ball Grid Array Rework Station - Package #1

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DC2165AG01
 
Archive Date
10/4/2012
 
Point of Contact
Audrey Hughes, Phone: 8508829897
 
E-Mail Address
audrey.hughes@eglin.af.mil
(audrey.hughes@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Solicitation This is a Written Solicitation. The Operational Contracting Division, Air Force Test Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for one (1) each, Hardware System. Ball Grid Array Rework Station, BGA/CSP Includes Delivery, Installation and one (1) Day (On-site), Manufacturer Supported System Operation Training. Installation and Training Date To Be Determined Within 10 Days Product Delivery. Vendor to Contact Eglin Contracting Office AFTC/PZIOB For Base Access Package At Least (5) Days Prior to Travel. Pace Model IR3000, Manufacturer P/N: 8007-0534. P/N: 459-263. This acquisition is under Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13, Acquisition of Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0DC2165AG01. The North American Industry Classification System (NAICS) code for this acquisition is 332212. Offerors will be evaluated on a Lowest Price Technically Acceptable basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. This requirement is a Brand Name: CLIN 0001: one (1) each, Hardware System. Ball Grid Array Rework Station, BGA/CSP Includes Delivery, Installation and 1 Day (On-site), Manufacturer Supported System Operation Training. Installation and Training Date To Be Determined Within 10 Days Product Delivery. Vendor to Contact Eglin Contracting Office AFTC/PZIOB For Base Access Package At Least (5) Days Prior to Travel. Pace Model IR3000, Manufacturer P/N: 8007-0534. P/N: 459-263. The 96th Maintenance Group AFREP program is requesting to purchase one (1) each, Hardware System. Ball Grid Array Rework Station, BGA/CSP Includes Delivery, Installation and 1 Day (On-site), Manufacturer Supported System Operation Training. Installation and Training Date To Be Determined Within 10 Days Product Delivery. Vendor to Contact Eglin Contracting Office AFTC/PZIOB For Base Access Package At Least (5) Days Prior to Travel. Pace Model IR3000, Manufacturer P/N: 8007-0534. P/N: 459-263. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-055 effective 03 Jan 2012. • FAR 52.204-99, DEV System for Award Management Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AAC/PKOB, ATTN: Contracting Officer, 205 West D Ave, Suite 136, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); • FAR 52.247-29, F.O.B. Origin; • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/; • DFARS 252.209-7999, Class Deviation-Prohibition Against Contracting with Corporations That Have An Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • 252.243-7002, Requests for Equitable Adjustment; • 252.247-7023, Transportation of Supplies by Sea; LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: TBD *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0DC *Ship To Code/Ext: F1T0DC *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (End of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror, but please provide Cage Code, any discount terms, and delivery terms. Offerors must be registered in Central Contractor Registration (CCR) in order to be eligible for award. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 19 September 2012. Please send all questions and responses to Audrey Hughes, audrey.hughes@eglin.af.mil. MEMORANDUM FOR: AFTC/PZIOB 5 September 2012 FROM: 46th Test Support Squadron SUBJECT: Brand Name Justification for Pace IR3000 Ball Grid Array Rework System 1. Justification: a. Non-Technical Description: This is a firm-fixed contract for purchase of a Pace IR3000 Ball Grid Array (BGA) rework system with 15" flat screen monitor and software. Delivery is thirty (30) days after receipt of order (ARO). b. Statement of Facts: The Electronic Design Flight (TSDE) of the 46th Test Support Squadron (TSS) is charged with providing the Department of Defense an in-house electronic design, development, and fabrication capability in support of aircraft, weapons, and command, control and intelligence (C2I) testing. This Flight focuses its expertise in analog and digital circuit design and develops Printed Circuit Cards (PCB) in-house. Design of PCBs is accomplished using a Pace Model XR3000 X-ray inspection system and a ball grid array (BGA) rework system. The current rework system, Model TF-1700, is obsolete and becoming unreliable, necessitating a direct replacement. 1) Time Constraint: Acquisition of this hardware is necessary to meet scheduled mission requirements related to Eglin Test and Training customers need for the development of unique instrumentation or other electronic systems that may be required to successfully control and/or collect data from munitions or command and control (C2I) systems test and training programs. 2) Unique Capabilities: The two (2) components of this system, the X-ray and the BGA rework machine, are needed in order for the PCB design and fabricate function to work. The Model IR3000 rework system is semi-automatic, fully area array capable and is designed to easily install or remove ball grid array components from circuit boards The Pace system features a high resolution, color digital camera with PC controlled zoom, focus, auto-focus, and lighting control. The rework system is unique in that is uses Pace exclusive, custom developed, software based proportional-integral-derivative (PID) algorithms to calculate "error" values and maximizes the capabilities of the X-ray by integrating with the software. In addition, the IR3000 features a IR thermal sensor designed to control the heating to exact specifications c. Brand Name: Acquisition of this brand name product is essential. If this specific rework system is not acquired, the Squadron will have to invest in new inspection equipment that will interface with the BGA machine. Squadron employees will require extensive (at least 1 week) training to operate another brand of BGA rework system effectively. Acquisition of the Pace brand is necessary because any system downtime, incompatibility, or loss of progress in support of design and fabrication of PCBs would adversely affect TSS' mission. The Pace brand name meets the government's minimum requirements. Other brands of rework systems come with their own unique software which would be acceptable if the system was being utilized as a standalone system, however, in this case the Pace rework system is integrated with the Pace X-ray system. This requirement limits integration to brands that speak the same language. d. Market Research: A search of other BGA rework system brands was conducted to determine if any other product met the government's minimum requirements. The technical capabilities of each of the following products were reviewed: Pace Model IR3000; Metcal Model BGA-3592; and Manncorp Model BR750. Although the other brands possess the same capabilities as Pace, form, fit, and function issues prevent the co-mingling of product lines. Acquisition of this brand name is essential to government requirements thereby precluding consideration of a product from another manufacturer. As the Pace brand best met the performance, footprint, interoperability, scalability, and flexibility required in design and fabrication of PCBs, TSS recommends acquisition of the Pace Model IR3000 BGA rework system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0DC2165AG01/listing.html)
 
Record
SN02878876-W 20120914/120913000019-3175019c011007a6c9ba719dfbb28228 (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.