Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2012 FBO #3847
SOURCES SOUGHT

34 -- Wafer Saw

Notice Date
6/4/2012
 
Notice Type
Sources Sought
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0207
 
Archive Date
6/29/2012
 
Point of Contact
LaToya S High, Phone: 937-522-4646
 
E-Mail Address
latoya.high@wpafb.af.mil
(latoya.high@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing (1) Wafer Saw. Firms responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. Technical requirements: 1) System ≤ 32" wide 2) Computer software controlled operation 3) Ability to saw pieces of wafers and full wafers up to 6" in diameter. X and Y-axis cutting range: 160 mm 4) Ability to cut all of the following materials: SiC, Silicon, GaAs, Sapphire, Alumina, Quartz, Borosilicate glass, InP, Ge, GaSb, InSb, printed circuit boards 5) Ability to cut 0.5" deep and less 6) Uses non-manufacturer proprietary 50.8 mm and 76.2 mm diameter cutting blades 7) User adjustable flow rate of de-ionized water for wafer cutting and cleaning 8) Use filtered city water for cooling system components 9) Index step of 0.0001 mm 10) Automatic wafer alignment 11) Ability to saw variable step sizes in x and y mode in one pass 12) Ability to cut different wafer sizes without mechanical changes in set up 13) Continuous real time viewing of cutting area 14) Fully enclosed dicing area 15) Change cutting wheel size without changing guards or cooling lines 16) ≥ 2X magnified view of cutting area 17) Hub holder for 50.8 mm and 76.2 mm diameter hubless blades 18) Blade handling tool pack 19) Direct and ring light sources 20) Standard accessory pack In addition to technical requirements must be able to provide the following: 1) Technical support provided in English 2) Maintenance, installation, service and operation manuals 3) System completely functional as configured with specified components 4) Installation and commissioning 5) Shipping FOB Destination All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334413. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Latoya.high@wpafb.af.mil in a Microsoft word compatible format to be received no later than 8:00 AM Eastern Standard Time, 14 June 2012. Direct all questions concerning this acquisition to SSgt LaToya High at Latoya.high@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0207/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02765546-W 20120606/120604235410-a02f6c784b21cc12dc722995cab3eb26 (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.