Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SOLICITATION NOTICE

66 -- Purchase of One (1) Each Automated Stencil Printer. - RFQ HQ0727-14-R-0016

Notice Date
5/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-14-R-0016
 
Archive Date
6/24/2014
 
Point of Contact
Edward I. Kurjanowicz, Phone: 9162311527
 
E-Mail Address
edward.kurjanowicz@dmea.osd.mil
(edward.kurjanowicz@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ HQ0727-14-R-0016 to be Filled-In. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested by email and a written solicitation will not be issued. Solicitation number is HQ0727-14-R-0016. This is a Request for Quote (RFQ). The NAICS code is 334413 and small business size standard is 500 employees. DPAS rating is DO-A7. Offerors' Quotes are due to the Defense Microelectronics Activity (DMEA) contracting office by 3:00 PM (Pacific) on June 09, 2014 and will be electronically sent by email to Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. Qfferors' Quotes should be valid for a minimum of 60 days. The purpose of this combined synopsis/solicitation is to purchase one (1) new, Printed Circuit Board (PCB), SMT High Precision Production Solder Paste Printer (Automated Stencil Printer). This Automated Stencil Printer will be used in the Package Assembly Substrate (PAS) Lab producing fine pitch outline Printed Circuit Boards (PCBs). Offerors will provide Quote prices based on the following contract line items (CLINs) and a total for all CLINs: CLIN 0001 - The contractor shall furnish and one (1), new Automated Stencil Printer that meets the following requirements: 1) Process Alignment Repeatability and Accuracy must be 12.5 um at 6 Sigma, Cpk ≥ 2; 2) Wet Print Deposit Accuracy must be 25 um at 6 Sigma, Cpk ≥ 2; c) Cycle time shall be less than 13 seconds. 3) Maximum Print area shall be 20" x 20" or larger. 4) Minimum print area shall be 2" x 2" or less 5) Operating system: If the currently available system runs on an earlier version other than Windows 7, the contractor shall upgrade the system when Windows 7 or later version of the operating system is available without any additional cost. 6) Board edge clearance shall be < 4 mm with edge clamping (snugger system). 7) Stencil Frame Size must be 29" x 29" with adapters for smaller size. 8) Snap off distance shall be 0 to 6 mm. 9) Print pressure shall be < 20 kg. 10) Stencil Cleaning System must include Dry Bottom Clean, Wet Bottom Clean and Vacuum Aperture Clean. Any of the above listed steps must be performed over the entire area in one pass. 11) Cleaning Process must be completed in less than 10 wipes (passes). 12) Automated Inspection / Verification vision system must be able to recognize SMEMA standard fiducial markings and auto align. 13) Vision Field of View shall be > 10.6mm x 8 mm. 14) System shall have automatic bottom board support. 15) Overall machine dimensions shall be as follows: a) Height < 210 cm b) Width < 150 cm c) Depth < 180 cm 16) Power requirements shall be as listed below: a) Phase Single Phase b) Voltage 115V or 220 V ±10% c) Maximum Current 20 Amps CLIN 0002 - The contractor shall furnish shipping/handling for the CLIN 0001 new, high performance server rack to be received within ninety (90) days after a purchase order award date at the Package Assembly Substrate (PAS) Lab, Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652-2100. If shipping/handling is included in above CLIN 0001, please state this in the Quote. CLIN 0003 - The contractor shall furnish complete installation and calibration of CLIN 0001 Automated Stencil Printer to production operational condition within ninety (90) days after purchase order award date in the Package Assembly Substrate (PAS) Lab, DMEA, 4234 54th Street, McClellan, CA 95652-2100. The contractor shall provide complete installation of the Automated Stencil Printer to a fully-functional operational state with free of any operational deficiencies. The contractor shall provide one (1) year warranty on CLIN 0001 Automated Stencil Printer and CLIN 0003 installation. All installation for the Automated Stencil Printer shall be carried out by the contractor during normal DMEA business hours. If installation is included in above CLIN 0001, please state this in the Quote. CLIN 0004 - The contractor shall furnish complete operational/equipment maintenance training and aids within ninety (90) days after purchase order award date to DMEA personnel for the CLIN 0001 Automated Stencil Printer at Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652-2100 to include: 1) Electronic/Hard Copy manuals/disks for all equipment in English. 2) User training at DMEA (minimum 2 days (16 hours) for 4 people each day). 3) Training Documents/Materials for a minimum of 4 people. 4) A minimum of one Operational Application Set Up. All training for the Automated Stencil Printer shall be carried out by the contractor during normal DMEA business hours. If training and aids are included in above CLIN 0001, please state this in the Quote. CLIN 0005 Option Year 1 - The contractor shall furnish preventative maintenance and calibration one (1) year after purchase order award date. All preventative maintenance for the equipment shall be carried out by the contractor during normal DMEA business hours. CLIN 0006 Option Year 2 - The contractor shall furnish preventative maintenance and calibration two (2) years after purchase order award date. All preventative maintenance for the equipment shall be carried out by the contractor during normal DMEA business hours. CLIN 0007 Option Year 3 - The contractor shall furnish preventative maintenance and calibration three (3) years after in purchase order award date. All preventative maintenance for the equipment shall be carried out by the contractor during normal DMEA business hours. CLIN 0008 Option Year 4 - The contractor shall furnish preventative maintenance and calibration four (4) years after purchase order award date. All preventative maintenance for the equipment shall be carried out by the contractor during normal DMEA business hours. Proposals will be submitted and priced in accordance with the above CLIN requirements and attached RFQ and will include company name and address, Cage Code, DUNS Number, shipping, delivery, and payment method, and company point of contact name, telephone number, and email address. In addition to company Quote, Offerors will provide filled-in attachment labeled RFQ HQ0727-14-R-0016. The Government will award a best value, Firm Fixed Price purchase order (PO) resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. For evaluation purposes, award will be made to the lowest price technically acceptable (LPTA) offer. Technically acceptable is the technical quality of the commercial item supplied in accordance with above CLIN requirements, delivery schedule, training and aids, and warranty period. All quote requirements can be found in this combined synopsis/solicitation and attached RFQ. Delivery, acceptance and FOB point for above CLINs 0001 through 0008 deliverables is: Defense Microelectronics Activity (DMEA) at 4234 54th Street, McClellan, CA 95652-2100. This RFQ solicitation and incorporated provisions and clauses are those in effect and current to FAR Federal Acquisition Circular (Fac) 2005-73 and DFARS DPN 2 20140506. The following FAR clauses apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with clauses 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.223-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-51, 52.222-54, 52.223-18, 52.225-13, 52.232-33; 52.232-40 and DFARS clauses that apply 252.203-7000, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-7001, 252.227-7015, 252.232-7003, 252.232-7010, and 252.244-7000. Questions regarding this solicitation should be emailed to the contracting POC, Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. DMEA greatly appreciates your Quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-14-R-0016/listing.html)
 
Place of Performance
Address: Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN03381147-W 20140601/140531021818-5edbed0945d1f3a29c17523a270442da (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.