SOLICITATION NOTICE
58 -- Non-Destructive X-Ray Inspection System
- Notice Date
- 4/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-11P-0055
- Response Due
- 5/26/2011
- Archive Date
- 7/25/2011
- Point of Contact
- Van Isra, 575-678-1807
- E-Mail Address
-
White Sands Missile Range DOC
(van.isra@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This 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; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124Q-11-P-0055 and this is a request for quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is 100% set aside for small business. The anticipated award will be a firm fixed price contract; the award shall be made on meeting and/or exceeding the technical requirements and then on lowest cost. The offers will be evaluated on best value. Best value determination can be subjected in nature. The solicitation shall incorporate provisions and clauses that are in effect Through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 334517. The small business size standard for this code is 500 employees. The requested item is a non-destructive x-ray imaging system to test electronic components in order that the components can be inspected and documented without damage. The x-ray imaging system shall have the following salient characteristics and/or technical requirements: NON-DESTRUCTIVE X-RAY IMAGING SYSTEM: A non-destructive system to the electronic component under test so that 100 % of the components can be inspected and documented without damage. It must complete in real-time the determination of potential problems with components and determine counterfeits components. PASS/FAIL TESTING: It is critical that the x-ray system is capable of Pass/Fail automated reporting. Require software with capability to compare known good sample to test sample and provide autonomous pass/fail report that can be stored on a hard drive (archived) or printed into document format. INDIVIDUAL COMPONENT OR TAPE-AND-REEL TESTING: It is critical that the system is capable of automated testing of complete reels of electronic components without removing components from tape on reels. The x-ray inspection system will have hardware/fixtures that will allow for either tape-and-reels or individual component trays for testing. HIGH RESOLUTION: Capable of high resolution of 1 mil wire bonds with a field of view of 40 mm by 20 mm, 180, inspection/comparison of known and unknown electronic components. Variable X-ray source is required to provide desired high resolution. SAFETY: Complete built-in safety interlocks and internal shielding such as the inspection system is used in typical electronics test lab without any structural or external shielding modifications being required for the above said electronics test lab. REAL-TIME INSPECTION: Associated imaging and comparison software that allows REAL-TIME inspection/verification of subject electronic components INSPECTION RECORDS: Inspection data storage capability that allows for creation of inspection records and component data archival. SELF CONTAINED SYSTEM: The system will be a self contained integrated circuit inspection system that requires no additional hardware/software components. This is with the exception of printers. Monitors, X-ray source, X-ray camera, processors, software, sample test fixtures should all be in one relatively self contained cart or work station or rack or table or something similar. Desired system would be self contained and not require any additional parts, equipment, cabling or other items. MAXIMUM EXPOSURE SAMPLE SIZE: Capable of a maximum sample size of no less than 10 inch by 20 inch component size. MINIMUM EXPOSURE SAMPLE SIZE: Capable of resolving (visualizing) of 1 mil wire bonds or less. SYSTEM INSTALLATION: X-ray inspection system to be installed by manufacture such that a fully operational, to include the reliable and safe system will be in place at the end of transaction. TRAINING: On-site training for approximately ten individual on actual X-ray inspection system purchased at a to be determined date and location. SOFTWARE: Require software with the ability to compare known good sample to test sample and provide autonomous pass/fail report that can be stored in archives or imported into a document. Software should be upgradable. Prefer windows 7 or above operating system for the x-ray inspection system. BALL GRID ARRAY (BGA) INSPECTION: Must be able to inspect BGA's to identify, measure and report voids in the BGA. Sensitivity of the void detection software will need to be adjustable in order to accommodate different types of BGA packages. TECHNICAL SUPPORT: Require technical support to be available for system; Monday to Friday and normal work hours (i.e. 9:00 to 17:00 mountain standard time). SYSTEM FOOT PRINT: The system will not exceed a floor footprint of 3 ft wide by 3.5 ft long, by 6 ft high. CALIBRATION: System must be able to be calibrated or adjusted at delivery location, under normal operating conditions, without being transported to external calibration facility. WARRANTY: At least one year warranty on parts of the total x-ray imaging system. DELIVERY TIME: 12 weeks or less from receipt of contract. All items shall be delivered to White Sands Missile Range, 88002. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: request for quotation should be submitted and shall contain the following information: solicitation number; time specified for receipt of offers; name; address; telephone number of offeror; terms of the expressed warranty; price, payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Technical evaluation of proposed equipment will be completed. Offeror is responsible for submitting sufficient product information for the technical evaluation to be accomplished. Government reserves the right to ask for additional information or to make its evaluation based on the product information as submitted. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 Central Contractor Registration (APR 2008); FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (MAR 2011); FAR 52.219-6 Notice of Total Small Business Set-Aside(JUN 2003); FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010) (29 U.S.C. 793), 38 U.S.C. 4212); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-1 Buy American Act - Supplies (FEB 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 52.252-2 Clauses incorporated by reference (FEB 1998); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alternate A Central Contractor Registration (SEP 2007); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) Points Of Contact Contract Administrator: Van Isra, MAJ, USA; Phone: (575) 678-1807, FAX: 575-5107, e-mail van.isra@us.army.mil Contracting officer: Joyce Frost, Phone: 575-678-5305, FAX: (575) 575-5107, e-mail joyce.frost@consus.army.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation. 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration) Offers are due no later than 26 May 2011, 1200 Mountain Central Time. All quotes must be marked with RFQ number and title. 3) All Amendments, if applicable, must be acknowledged. 4) Questions concerning this notice should be submitted to the contract administrator as indicated in this announcement. 5) Facsimile and email offers will be accepted. 6) Send quotes to contract administrator.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc1cd6085740ea4d121e6a1c14da37fa)
- Place of Performance
- Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02435311-W 20110430/110428234235-dc1cd6085740ea4d121e6a1c14da37fa (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 |