Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2018 FBO #6187
SPECIAL NOTICE

R -- REQUEST FOR INFORMATION (RFI)- VERY HIGH DENSITY INTERCONNECT DEVELOPMENT - 19SNB13_spec note_att1

Notice Date
10/30/2018
 
Notice Type
Special Notice
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016419SNB13
 
Archive Date
12/14/2018
 
Point of Contact
Stewart Lindsey, Phone: 812-854-4571
 
E-Mail Address
stewart.lindsey@navy.mil
(stewart.lindsey@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-19-S-NB13 - REQUEST FOR INFORMATION (RFI)- VERY HIGH DENSITY INTERCONNECT DEVELOPMENT -PSC R415- NAICS 334412 Issue Date: 30 OCT 2018 Closing Date: 29 NOV 2018 I. Request for Information (RFI): The Naval Surface Warfare Center - Crane Division is seeking potential suppliers in accordance with FAR 15.201(e) for the development and training of processes related to very high density interconnects. The process development and training is to be performed with the Naval Surface Warfare Center (NSWC) - Crane, in the Printed Circuit Board (PCB) Laboratory facility. Qualified contractors will have demonstrated expertise in printed circuit board, interconnect and packaging technologies and manufacturing processes related to electrical interconnects using organic substrates with very small feature sizes ranging from 50 microns down to 5 microns. This capability will enable the manufacture of substrates, interposers, in situ interposers and embedded die package types. The project will utilize Crane's PCB facility to develop process technologies enabling fabrication of these devices in a laboratory, prototype environment. Tasking will encompass integration of the developed processes into the standard PCB manufacturing process and include complete process characterization, documentation and training. NSWC Crane, PCB Technology Branch operates an PCB design, manufacturing and assembly process in support of the Warfighter. The mission of the PCB Technology Branch is to provide PCB subject matter expertise, design, manufacturing and assembly services for DoD and Government customers. NSWC Crane is the Technical Execution Lead for the Executive Agent for Printed Circuit Boards and Interconnect Technologies (EA-PCB). The EA-PCB is comprised of four charter areas, Trust, Industry and Supply Chain Assessment, Technology Development and Knowledge and Sustainment. The tasks described in this statement of work supports efforts in all four charter areas. Qualified contractors will be US owned companies operating in the US. Contractor personnel shall be US citizens or US persons. All contractor personnel will be subject to background investigations. Qualified contractors will have demonstrated expertise in printed circuit board, interconnect and packaging technologies and manufacturing processes. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal (RFP), Invitation for Bid (IFB), or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial and academia status of the industry with respect to current, near-term, and long term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. The attached documents are EXPORT CONTROLLED. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. Information may be submitted by any government or non-government entity including commercial firms, non-profit organizations, and any institutions of higher education with degree-granting programs in science and /or engineering (universities), or by consortia compromising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. The Government may choose to visit, or host a visit from, any potential sources. This RFI in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. II. BACKGROUND: The United States Navy requires a vendor to provide tasks in support of VHDID. The information collected here is for technology and market survey purposes only. III. Responses shall be: 1)Responses are requested by 1400/2:00 PM Eastern Standard Time (EST) on 29NOV2018. Any response received after this date will also be considered but may not be included in initial reporting or assessments. 2)All responses should be given in PDF format and emailed to the Contracting point of contact: Mr. Stewart Lindsey. The subject line of the email should include the RFI number (N00164-19-S-NB13) and the respondent's name. If necessary, files too large for email can be sent via AMRDEC SAFE at https://safe.amrdec.army.mil/safe to the Contracting point of contact by the same response date. 3)A suggested submission organization: a)A cover letter (optional). b)A cover page identifying the RFI number (N00164-19-S-NB13), the company name, mailing address, email address, telephone and fax numbers, website address (if available), duns number, cage code and/or tax ID number, business size category (large, small, small disadvantaged, etc.), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. c)Submissions should meet the following requirements: 1.Describe any history of providing the service required. If previous efforts were Government contracts, provide the contract number and a point-of-contact. 2.Provide a budgetary estimate to include labor categories and rates, materials and other direct costs that may be needed. 3.Indicate if you intend to utilize a subcontractor or teaming agreement. 4.Indicate whether your business meets any FAR Part 19 Small Business Program categories. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. All information received in response to this notice that is marked proprietary will be handled accordingly. No contract will be awarded by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement. Submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Submissions regarding this announcement may be directed to Mr. Stewart Lindsey, telephone: 812-854-4571, e-mail: stewart.lindsey@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNB13/listing.html)
 
Record
SN05138052-W 20181101/181030230638-bb44aa43484a3aefb9cb6a36d3bbd52f (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.