SOLICITATION NOTICE
59 -- Printed Circuit boards (PCB)
- Notice Date
- 3/1/2010
- Notice Type
- Presolicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893610T0078
- Response Due
- 3/24/2010
- Archive Date
- 3/24/2011
- Point of Contact
- Erin Strand 760-939-7309 Mary Jacobs, 760-939-6043
- E-Mail Address
-
Erin Strand
(erin.strand@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWPNS) intends to procure prototype printed circuit boards (PCBs) for various development and test programs. The contract will be a firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ) type contract that encompasses multiple verbal fixed-price orders over a 5-year period of performance. Payment will be made via Government Purchase Card. The Government intends to award up to four contracts for this type of support although the Government reserves the right to issue a single contract depending on solicitation response and the technical capability of the offerors. Contract awardees will be allowed a fair opportunity to compete for orders valued at greater than $3,000 under this requirement. This procurement will be awarded as a commercial item in accordance with FAR 13.5 procedures. The contract(s) will be awarded on a competitive basis as a 100% small business set aside (NAICS Code 334412, Number of Employees: 500). Requirements: Using Government-provided Gerber files, drill files, and drawings, the contractor shall manufacture PCBs and antenna boards for the NAWCWPNS. Gerber files, drill files, and drawings will be submitted via electronic mail, modem (direct dial-up phone line), or File Transfer Protocol (FTP), and the contractor shall be capable of accepting those files. The contractor shall accept orders either verbally or via electronic mail, and quotations shall be delivered to NAWCWPNS via electronic mail or telefax. Same-day quotes are required for orders requiring less than a week for delivery. Quantity: The contractor shall maintain a prototype PCB capability to meet NAWCWPNS prototyping needs. The minimum quantity order will be one PCB; there shall be no maximum order quantity limit. PCB Manufacturing: The contractor shall maintain a capability to produce multi-layer as well as single- and double-sided PCBs. The range of PCB physical size manufacturing capability shall be maximized; procurements of very small and very large-sized PCBs should be anticipated. Contractor processes shall be capable of employing mixed component technologies (both surface mount and through-hole). The contractor shall have the capability to control and verify impedance on all PCBs. The contractor should be able to supply boards with both conductive and non-conductive epoxy hole fill on holes as small as 10 mils. Markings will include but not be limited to permanent sequential serial numbers when required. Solder masking and silkscreen capability shall be available. In addition, the contractor shall have the capability to accept an IPC-356A net list from the board designer and compare it to the net list taken off of the newly fabricated PCB and be able to test the finished PCBs using a bed of nails, flying probe, or other industry acceptable testing method. Screened-on solder paste capability is desired. The ability to fabricate Flex circuits is also desired. The ability to supply stencils for the PCBs being fabricated is required. Vector Guard foil stencils for the Dek Horizon 03i screen printer and Die-cast frame laser cut stencils are both desirable. Antenna boards: The contractor shall be able to provide antenna boards using copper clad duroid materials. The Government may provide the metal clad duroid materials, where feasible. Any property furnished by the Government will be identified in specific delivery orders. The contractor is required to manage Government-furnished property in accordance with FAR Clause, 52.245-1, Government Property. New Technology Design: The contractor shall support engineering, technical, production, and manufacturing for prototype PCBs. The Government may have a requirement for a new design capability for prototypes. Delivery: The contractor shall provide a PCB turnaround time of as little as 24 hours with next day delivery of the PCB. Quality Program: The contractor shall have quality control processes in-place to maintain product quality. Although not required for every board, the contractor shall maintain a MIL-PRF-31032 quality program; although a quality program in compliance with MIL-PRF-55110 is acceptable where applicable. Please note, that MIL-PRF-55110 is inactive for new designs after 31 December 1997. New designs should use MIL-PRF-31032. One hundred percent (100%) of all boards will be checked by an IPC-A-600 Certified Quality Assurance Inspector. Certifications sent with every class 3 order will include at a minimum the following four documents: 1) PCB Lot Certification of Conformance, 2) Electrical Test Certification of Conformance, 3) Final Test Inspection Report, and 4) Manufacturer's Material Test Report. Pricing: For pricing and quantity, the contractor shall provide a pricing schema that shall be a standardized method that allows for firm-fixed pricing based on common factors, consistently applied. The method shall include, at a minimum, a mechanism for pricing the number of layers, the number of boards to be produced, the number of holes per board, and a correction factor addressing deliveryschedule. Other pricing factors included in the pricing schema should be noted separately. International Traffic in Arms Regulations (ITAR) Certification is desirable. The anticipated award date is 17 May 2010. The solicitation will be issued on or about 12 March 2010. Quotations may be submitted via electronic mail to erin.strand@navy.mil or by fax to (760) 939-8329. The POC for this requirement is Erin Strand, Contract Specialist, at (760) 939-7309 by phone, (760) 939-8329 by fax, or erin.strand@navy.mil by electronic mail. All responsible sources may submit a quotation, which shall be considered by the agency. See Numbered Note 1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893610T0078/listing.html)
- Record
- SN02078883-W 20100303/100301234456-a6de47cfe69d4823afa7423809f069e5 (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 |