SOLICITATION NOTICE
99 -- Automatic Pick and Place Machine w/ Vision Software - RFQ
- Notice Date
- 8/3/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AF8197B101
- Archive Date
- 8/28/2018
- Point of Contact
- Julie Maxwell, Phone: 6612773932, Jacob Arola, Phone: 6612778777
- E-Mail Address
-
julie.maxwell@us.af.mil, jacob.arola@us.af.mil
(julie.maxwell@us.af.mil, jacob.arola@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request For Quote Synopsis/Solicitation - F1S0AF8197B101 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotes are being requested and an additional written solicitation will not be issued. This is a request for quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-99, AFAC 2018-0525 and DFARs Change Notice (DPN) 20180629. NAICS is 334418. This is a commercial acquisition with a 100% Small Business Set-Aside. Description: Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, Ca is seeking to purchase Name Brand or equal, one (1) Automatic Pick and Place Machine w/Vision Software. Performance Requirements: Vendor must be able to provide the following items: Description Item Number QTY Automatic Pick and Place Machine w/Vision Software QM-3000 1 each Semi-Auto Stencil AE-3088D 1 each 12 Zone Fully Convection Reflow Oven F6 1 each 8x2 mm pneumatic feeder Feeder 30 each 12 mm feeders w/adjustable pitch Feeder 5 each 16 mm w/adjustable pitch Feeder 4 each AC-10 (10 position automatic nozzle changer) Automatic Nozzle 1 each Automatic Conveyor Conveyor 1 each Manual Tape Strip Feeder Feeder 4 each VF-5 Channel Vibrator Feeder Feeder 4 each Automatic Paste Dispenser Automatic Paste 1 each Windows 10 Computer including mouse and keyboard Computer 1 each Customized Manual Strip Feeder Parts 2 each T-2 Two Day Training sessions at SMTmax Training 2 each Installation Shipping to be included in price of unit Items above must have the following Salient Characteristics: Semi Auto Stencil Printer • Squeegees can be mounted • Squeegees speed adjustable • Fixture for PCB mounting and double sided PCB printing • Stencil and squeegee can be adjusted for precision printing • Ply control and LCD display • Single or double printing pass • Squeegee angle adjustable • Metal or rubber squeegees can be used WINDOWS 10 COMPLIANT Pick and Place machine • 3000+ estimated PPH (Parts Per Hour) • 18" X 12" working area • Placement of 0402 parts or smaller • Computer vision automatic centering system for IC's (SOP. QFP, BGA)and better placement for smaller parts • Fully programmable digital Z axis and Theta rotation angles • Minimum 56 feeder capacity • CAD and GERBER file convert function • Selective soldering function built in WINDOWS 10 COMPLIANT Convection Reflow oven • Heating zones 6 up and 6 down • Conveyor speeds adjustable • Temperature range adjustable WINDOWS 10 COMPLIANT Interested parties who believe they can meet the requirements described in this synopsis are invited to submit in writing a complete quote, including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 - Evaluation --Commercial Items (OCT 2014). 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: i. Price ii. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Source Provision (P) Clause (C) Clause/ Provision Title Date FAR P 52.204-7 System for Award Management Oct 2016 FAR C 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR P 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR C 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR C 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR P 52.204-20 Predecessor of Offeror Jul 2016 FAR C 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR C 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR C 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015 FAR P 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 FAR P 52.212-1 Instructions to Offerors -- Commercial Items Jan 2017 FAR P 52.212-2 Evaluation -- Commercial Items Oct 2014 FAR P 52.212-3 Offeror Representations and Certifications -- Commercial Items Nov 2017 FAR C 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 FAR C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jul 2018 FAR C 52.219-8 Utilization of Small Business Concerns Nov 2016 FAR C 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR C 52.222-3 Convict Labor Jun 2003 FAR C 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jan 2018 FAR C 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR C 52.222-26 Equal Opportunity Sep 2016 FAR C 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR C 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR C 52.222-37 Employment Reports on Veterans Feb 2016 FAR C 52.222-40 Notification of Employee Rights under the National Labor Relations Act Dec 2010 FAR C 52.222-50 Combating Trafficking in Persons Mar 2015 FAR C 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR P 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation Dec 2016 FAR P 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Oct 2015 FAR C 52.232-17 Interest May 2014 FAR C 52.232-23 Assignment of Claims May 2014 FAR C 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR C 52.233-1 Disputes May 2014 FAR P 52.233-2 Service of Protest Sep 2006 FAR C 52.233-3 Protest after Award Aug 1996 FAR C 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR C 52.242-13 Bankruptcy Jul 1995 FAR P 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR C 52.252-2 Clauses Incorporated by Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ DFARS C 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Oct 2016 DFARS C 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS P 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS C 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS C 252.204-7006 Billing Instructions Oct 2005 DFARS P 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS C 252.204-7012 Safeguarding Covered Defense Information and Cyber incident Reporting Oct 2016 DFARS C 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS C 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State sponsor of Terrorism Oct 2015 DFARS C 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS C 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS P 252.225-7000 Buy American--Balance of Payments Program Certificate Nov 2014 DFARS C 252.225-7001 Buy American and Balance of Payments Program Dec 2017 DFARS C 252.225-7012 Preference for Certain Domestic Commodities Dec 2017 DFARS C 252.225-7048 Export-Controlled Items Jun 2013 DFARS C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS C 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 DFARS C 252.232-7010 Levies on Contract Payments Dec 2006 DFARS C 252.243-7002 Request for Equitable Adjustment Dec 2012 DFARS C 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS C 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS C 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012 AFFARS C 5352.201-9101 Ombudsman Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, no later than 13 August at 1:00 p.m. PST. All offers are to be sent via email to julie.maxwell@us.af.mil. Phone: 661-277-3932.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF8197B101/listing.html)
- Place of Performance
- Address: Edwards AFB, CA, Edwards AFB, California, 93534, United States
- Zip Code: 93534
- Zip Code: 93534
- Record
- SN05019982-W 20180805/180803230852-6bf43ae0999c21828f36e25b14040ad5 (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 |