SOLICITATION NOTICE
36 -- Die Bonder and Wire Bonder Station - Minimum Requirements Specifications
- Notice Date
- 5/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2037
- Point of Contact
- Chelsea A. Isherwood, Phone: 4018324381
- E-Mail Address
-
chelsea.isherwood@navy.mil
(chelsea.isherwood@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Government's Minimum requirements Specifications This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-2037. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase one wire bonder station and one die binder station. The Government's detailed Minimum Requirements Specifications are attached to this RFQ. CLIN Description Quantity 0001 Convertible Manual Wire Bonder - Features: Convertible manual wire bonder, with programmable force, pure vertical Z, orthogonal X, Y, Z, pneumatic breaking on all axis during bonding and radiant too heat. - Tool Capability & Wire Capability: Wire bonder convertible to following bonding modalities: Wedge, (Au and Al capability, 0.7-3 mils), Ribbon (0.5x2mil to 1x10mil), Ball bond (0.7 to 1.5 mils), and tool diameter 1/16" - Programmable: ultrasonic power, bond force10-250 grams and bond time - Bond Specification Facility Requirement: Electronic, 110V-120V, 50/50Hz, and 50 PSI Dry Air - Bond Area: Z travel= 0.56" 0.001" resolution, XY travel 0.7", and manual control via 8:1 ratio micromanipulator - Heated Work holder: With rotation - Microscope: 10 x Eye Piece, Zoom (0.67x-4.5x) with observation tube with fiber-optic illuminator. -Spool Mount: 2" diameter - Bond Parameters: Bond Force 10-250 grams, and Bond Time 0-999ms - Ultrasonic System: Ultrasonic tool positioning utility 4 watt - Installation and Training: On site tool setup and utilization training 1 each 0002 Die Bonder - Ability: Pick up, rotate chips, place and bond - Bonding: Convertible- Epoxy and Eutectic perform bonding. Interchangeable tool head for epoxy or eutectic bonding methods. Bond force range (adjustable 10-175 grams), with mechanical scrub (programmable cycle, stroke and rate) - Microscope: 10 x Eye Piece, Zoom (0.67x-4.5x) with observation tube with fiber-optic illuminator -Built in Radian Tool Heat: Rotatable Pick Up Tool - Work Holder: Heated Stage - Platform: adjustable vertical displacement 0.65", and Z range 0.56", resolution 0.001" Installation and Training: On site tool setup and utilization training 1 each F.O.B Destination: Naval Station Newport, RI 02841. Delivery lead time, 12 weeks ARO. This requirement is being solicited as a total small business set-aside requirement under North American Industry Classification System (NAICS) Code 333999, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 500 employees. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must provide the items as specified with the Minimum Requirements Specifications (see attached) in the specified quantities and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. FAR 52.212-1 "Instructions to Offerors-Commercial Items" applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items," 52.209-11 "Representation by Corporations Regarding Delinquent Tax" also apply to this solicitation. DFARS 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," and 252.204-7015 "Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. In accordance with DFAR Clause 252.211-7003 the contractor shall proivde a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If the unit cost is $5,000.00 or more, payment via Wide Area Workflow (WAWF) applies. The Government's preferred payment method is via Electronic Payment through Wide Area Workflow (WAWF). Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before 2:00pm Eastern Standard Time (EST) on Thursday 10 May, 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2037/listing.html)
- Record
- SN04907130-W 20180503/180501231056-7a1d5b92040a39a484b2e099b4625f36 (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 |