Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

59 -- PRINTED WIRING BOARDS

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893605T0105
 
Response Due
2/18/2005
 
Archive Date
4/18/2005
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWPNS) intends to procure prototype printed circuit boards (PCBs) for various development and test programs. The contract will be a firm-fixed price, indefinite-delivery, indefinite-quantity (IDIQ) type contract that encompasses multiple verbal or internet product fixed-price orders over a 5-year period of performance. Payment will be made via Government Purchase Card on a monthly basis. It is the intent of the Government to award multiple contracts for this type of support although the government reserves the right to issue a single contract depending on solicitation response and the technical capability of the offerors. Contract awardees will be allowed a fair opportunity to compete for orders valued at greater than $2,500 under this requirement. This procurement will be awarded as a commercial item in accordance with FAR 13.5 procedures. The contract (s) will be awarded on a competitive basis as a 100% small bus! iness set aside (NAICS Code 334412, Number of Employees: 500). Requirements. Using Government-provided Gerber files, drill files and drawings, the contractor shall manufacture printed circuit boards, and antenna boards for the NAWCWD. Gerber files, drill files and drawings will be submitted via electronic mail or modem (direct dial-up phone line), and the contractor shall be capable of accepting those files. The contractor shall accept orders either verbally or via electronic mail, and quotations shall be delivered to NAWCWD via electronic mail or telefax. Quantity. The contractor shall maintain a prototype PCB capability to meet NAWCWD prototyping needs. The minimum order quantity order will be one PCB; there shall be no maximum order quantity limit. Manufacturing. The contractor shall maintain a capability to produce multi-layer as well as single and double sided PCBs. The range of PCB physical size manufacturing capability shall be maximized; procurements of ver! y small and very large-sized PCBs may be anticipated. Contractor processes shall be capable of employing mixed component technologies (both surface mount and through-hole). The contractor shall have the capability to control and verify impedance on all PCBs. Solder masking and silkscreen capability shall be available. In addition, the contractor shall have the capability to provide net list and bed of nails testing. Screened-on solder paste capability is desired. Antenna boards. The contractor shall be able to provide antenna boards using copper clad duroid materials. The contractor may use their in house capability or sub contract this effort to business suppliers. New Technology Design. The contractor shall support engineering, technical, production, and manufacturing for prototype PCBs. The Government may have a requirement for a new design capability for prototypes. Delivery The contractor shall provide a PCB turnaround time of as little as 24 hours with next da! y delivery of the PCB. Quality Program. The contractor shall have quality control processes in-place to maintain product quality. Although not required for every board, the contractor shall maintain a MIL-PRF-31032 quality program. Pricing. For pricing and quantity, the Contractor shall provide a pricing guide that shall be a standardized method that allows for firm-fixed pricing based on common factors, consistently applied. The method shall include, at a minimum, a mechanism for pricing the number of layers, the number of boards to be produced, the number of holes per board, and a correction factor addressing delivery schedule. Other pricing factors included in the pricing schema should be noted separately. Other pricing factors included in the pricing schema should be noted separately. The anticipated award date is 17 May 2005. The solicitation will be issued on or about 4 February 2005 and will be available through the Navy Electronic Commerce Online at: http:! //www.neco.navy.mil. Quotations may be submitted via electronic mail at erin.strand@navy.mil or by fax at (760) 939-8329. The POC for this requirement is Erin Strand, Contract Specialist, at (760) 939-7309 by phone, (760) 939-8329 by fax, or erin.strand@navy.mil by electronic mail. All responsible sources may submit a quotation, which shall be considered by the agency. See Numbered Note 1. NAICS Code = 334412 Place of Performance = N/A Set Aside= 100% small business
 
Record
SN00737697-W 20050122/050120212147 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.