Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2015 FBO #4905
SOLICITATION NOTICE

59 -- JTIDS IC Packaging and Testing for P/N DMEA-A584A464 and DMEA-A584A465 - Proposal Requirements and Quote Evaluation - RFQ, HQ0727-15-R-0011

Notice Date
4/28/2015
 
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
HQ0727-15-R-0011
 
Archive Date
5/12/2015
 
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
Total Small Business
 
Description
Government Furnished Property List Statement of Work (SOW) 15-5E0 Request for Quote (RFQ) HQ0727-15-R-0011 to be filled-in with prices and delivery dates. Proposal Requirements and Quote Evaluation Criteria This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12, 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 announcement constitutes solicitation number HQ0727-15-R-0011 and is issued as a Request for Quote (RFQ). The NAICS code is 334413 with a size standard of 500 employees. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. This acquisition is 100% small business set-aside. The contractor shall be responsible for the following manufacturing, packaging and testing of integrated circuits (ICs) in accordance with (IAW) attached Statement of Work (SOW) 15-5E0 and Appendix A. The place of delivery (FOB Destination) is the Defense Microelectronics Activity (DMEA), 4234 54th St, McClellan, CA 95652. Contract Line Item CLIN 0001 Wafer Dicing: the contractor shall dice ten (10) - 6" wafers. The contractor shall place unused die in waffle packs and return to DMEA at the completion of the contract IAW SOW 15-5E0; CLIN 0002 Die Packaging and Screening: The contractor shall assemble, mark, and inspect packaged parts according to package specification drawing(s): 104843-DB (Die Bond), 104843-WB (Wire Bond) and Marking Diagram (Appendix A - including serial number). The contractor shall provide a table showing the die location on wafer and package serial number that it was packaged into. The contractor shall ensure package leads are trimmed to 0.250 inches and the packages are placed in the provided test carriers prior to shipment. The contractor shall perform screening procedures as per MIL-STD-883G, Method 5004 for class B parts. The total quantities to be delivered shall be (270) two hundred seventy - DMEA-A584A465 IAW SOW 15-5E0. CLIN 0003 Qualification: The contractor shall perform qualification as per MIL-STD-883G, Group B for level class B, subgroups 2, 3, and 5 and MIL-STD-883G Group D subgroups 1, 2, 3, 4, 5, 6 and 7 on the packaged parts (note: electrical testing will be performed by DMEA). CLIN 0004 Data: The contractor shall deliver a certificate of compliance (on a compact disc (CD)) for the Die Packaging assembly and qualification IAW SOW 15-5E0. CLIN 0005 Option - Production Die Packaging and Screening: This Option will be exercised after DMEA qualification testing of paragraph 3.2 above (270 of DMEA-A584A465 integrated circuits). Under this option, the contractor shall assemble, mark and inspect packaged parts according to package specification drawing(s): 104843-DB (Die Bond), 104843-WB (Wire Bond) and Marking Diagram (Appendix A - no serial number marking). The contractor shall ensure package leads are trimmed to 0.250 inches and the packages are placed in the provided test carriers prior to shipment. The contractor shall perform screening procedures as per MIL-STD-883G, Method 5004 for class B parts. The contractor shall deliver (300) three hundred - DMEA-A584A464 and (360) three hundred sixty - DMEA-A584A465 IAW SOW 15-5E0. CLIN 0006 Option - Data: The contractor shall deliver a certificate of compliance (on a compact disc (CD)) for the Option - Production Die Packaging assembly IAW SOW 15-5E0. The government shall furnish materials as identified IAW SOW 15-5E0. Unused packages and lids are to be returned to the government at contractor's expense. Contractors shall propose the delivery schedule to DMEA's address. The following FAR clauses apply: 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders which include: 52.204-10, 52.209-6, 52.219-28, 52.223-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. Other FAR clauses: FAR 52.232-40, 52.245-1.. DFARS clauses: 252.203-7000, 252.203-7005, 252.203-7998, 252.203-7999, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7992, 252.211-7003, 252.223-7008, 252.232-7003, 252.232-7010, 252.244-7000, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004, 252.247-7023, 52.237-9001 (Local), 52.232-9002 (Local). See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. The provision at 52.212-2, Evaluation - Commercial Items is applicable. In accordance with this provision, the Government will award a contract 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. The following factors shall be used to evaluate offers: Technical, Schedule, and Price. Technical and Schedule, when combined, are significantly more important than price. Offerors shall use attached "Proposal and submission Requirements and Quote Evaluation" for Quote submission criteria. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Offerors will fill-out all underlined blanks and provide attached, completed RFQ, HQ0727-15-R-0011 with their Quote. The Defense Priorities and Allocations System (DPAS) Rating is C9E. Offerors quotes will be emailed to Ed Kurjanowicz (916.231.1527) at edward.kurjanowicz@dmea.osd.mil by 12:00 p.m. (Pacific) on May 11, 2015. Offerors must include completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-15-R-0011/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN03713023-W 20150430/150428235143-1effa14746ecd1058dc9890edfce3210 (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.