|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA
93523-0273 36 -- AUTOMATIC PICK AND PLACE ASSEMBLER SOL RFQ-P0OC00018-RJR DUE
060600 POC Roberta J. Ross, Contract Specialist, Phone (661) 276-3143,
Fax (661) 276-2904, Email roberta.ross@dfrc.nasa.gov -- James M.
Hillman, Contracting Officer, Phone (661) 276-2457, Fax (661) 276-2904,
Email jim.hillman@dfrc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFQ-P0OC0
0018-RJR. E-MAIL: Roberta J. Ross, roberta.ross@dfrc.nasa.gov. This
notice is a combined synopsis/solicitation for commercial items
prepared 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; offers are being
requested and a written solicitation will not be issued. This notice is
being issued as a Request for Quotation for one (1) each Automatice
Pick and Place SMT high precision Assembler with the following
specifications: placement rate at least 4000 parts per hour; component
range from 0402 to QFP 208; component minimum pitch 0.1mm to 0.5mm;
operating system either Windows 98 or Windows NT; tape Feeder must be
intelligent (programmable to accept part # and quantity) with low
component warning; tape feeder capacity at least 99 each of 8mm feeders
and waffle feeder with 10 programmable positions; tape feeders able to
handle 8 -- 12 -- 16 -- 24 -- 32 -- 44 -- 56 mm components; bar code
reader system; be able to hold boards up to 410mm x 500mm; handle board
thickness from 0.5mm to 4.5mm; Belt or auto stick feeders width
adjustable; vibrating plate feeder; nozzle magazine with at least 6
nozzles; X-Y axis accuracy between 0.025 to 0.06mm; board fiducial
registration system; on the fly dual vision system; off line
programming station capabilities; CAD downloading, remote control
software, network compatible; and, all technical publications,
installation (one day for installation to include hookup of power and
air, and operational checkout. Dryden will place machine and provide
power and air), and training (not to exceed one week). The provisions
and clauses in the RFQ are those in effect through FAC 97-17. This
procurement is a total small business set-aside. See Note 1. The SIC
code and the small business size standard for this procurement are 3599
and 500 employees respectively. The offeror shall state in their offer
their size status for this procurement. All qualified responsible
business sources may submit an offer which shall be considered by the
agency. Delivery to NASA Dryden Flight Research Center is required
within 45 days ARO. Delivery shall be FOB Destination. The DPAS rating
for this procurement is DO-C9. Offers for the items(s) described above
are due by 3:30 PM PST (Daylight Savings Time) on June 6, 2000 to NASA
Dryden Flight Research Center, D1422/Roberta J. Ross, P.O. Box 273,
Edwards, CA 93523-0273 or NASA Dryden Flight Research Center,
D1422/Roberta J. Ross, Whs 6, Bldg 4876, Edwards, CA 93524 and must
include, solicitation number, FOB Destination, proposed delivery
schedule, discount/payment terms, warranty duration (if applicable),
taxpayer identification number (TIN), CAGE Code number, identification
of any special commercial terms, and be signed by an authorized
company representative. Offerors are encouraged to use the Standard
Form 1449, Solicitation/Contract/Order for Commercial Items form found
at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a
offer. Offerors shall provide the information required by FAR 52.212-1.
If the end product(s) offered is other than domestic end product(s) as
defined in the clause entitled "Buy American Act -- Supplies," the
offeror shall so state and shall list the country of origin. FAR
52.212-4 is applicable. FAR 52.212-5 is applicable and the following
identified clauses are incorporated by reference: FAR 52.222-21,
52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-1. The FAR may
be obtained via the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted in writing no later than
May 31, 2000. Oral questions not accepted. Award will be based upon
overall best value to the Government, with consideration given to the
factors of proposed technical merits, price, past performance, and
delivery; other critical requirements (i.e., delivery) if so stated in
the solicitation will also be considered. Unless otherwise stated in
the solicitation, for selection purposes, technical, price, and past
performance are essentially equal in importance. It is critical that
offerors provide adequate detail to allow evaluation of their
offer.(SEE FAR 52.212-1(b)). Offerors must include completed copies of
the provision at 52.212-3, Offeror Representations and Certifications
-- Commercial Items with their offer. These may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/
. These representations and certifications will be incorporated by
reference in any resultant contract. An ombudsman has been appointed --
See Internet Note "B". Prospective offerors shall notify this office of
their intent to submit an offer. It is the offeror's responsibility to
monitor the following Internet site for the release of solicitation
amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Potential
offerors will be responsible for downloading their own copy of this
combination synopsis/solicitation and amendments (if any). See Note(s)
1 and B. Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/24/00
(D-SN458278). (0145) Loren Data Corp. http://www.ld.com (SYN# 0343 20000526\36-0004.SOL)
36 - Special Industry Machinery Index Page
|
|