Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

99 -- PURCHASE 3500-II DIE BONDER MULTI-CHIP HYBRID AUTOMATIC ASSEMBLY STATION

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
333295 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-F3QCCM6172A100
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Description
SOLICITATION No. F3QCCM6172A100 CONTRACTING OFFICE: 78 CONS/PKA 235 BYRON ST ROBINS AFB GA 31098-1611 POINT OF CONTACT: JOHN I. GLENN, JR./ (478) 926-6358 or fax at (478) 926-7549 e-mail at John.Glenn@robins.af.mil SOLE SOURCE ACQUISITION: PALOMAR TECHNOLOGIES, 2728 LOKER AVENUE WEST, CARLSBAD CA 92010 DESCRIPTION OF REQUIREMENT: Purchase 3500-II Die Bonder Multi-Chip Hybrid Automatic Assembly Station for Robins AFB GA in strict accordance with the incorporated Statement of Work. PERIOD OF PERFORMANCE: Deliver to Robins AFB GA NLT 30 Sep 06 FOB: Destination, 52.247-34 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. The following clauses are applicable. 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): //farsite.hil.af.mil/ 1. 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006). 2. 52.212-2 (Jan 1999). (a) 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: Price and Price Related Factors 3. 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . 4. 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005). 5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006). 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006) (Deviation). 7. 52.233-4 ? Applicable Law for Breach of Contract Claim. 8. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. (Mar 1998) 9. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Mar 2006) 10. 252.232-7003 Electronic Submission of Payment Requests. (Jan 2004) Note 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. STATEMENT OF WORK FOR AUTOMATIC ASSEMBLY STATION 1. Description. Under this Statement of Work, the Contractor shall provide a new Model 3500-II Automatic Pick and Place System which adheres to the following minimum requirements: 1.1 The equipment shall be a fully automatic component-attach assembly station for use in placing discrete electronic components on thick-film substrates. 1.2. System shall be computer controlled by a Microsoft Windows XP-based environment. 1.3. Equipment shall use (at a minimum) a 256 gray-scale recognition system comparable to Cognex 8000 Series Pattern Recognition for accurate placement of components. 1.4. Typical component placement accuracy shall not exceed 0.8 mils. 1.5. Equipment shall have the ability to attach bare die, chip scale and flip chip components. 1.6. Equipment work area shall be a minimum of 700 square inches. 1.7. Automatic pickup tool shall have capability to program force requirements. 1.8. At a minimum, equipment shall be able to pick and place components from 2?x 2? waffle packs and tape and reel component feeder. 1.9. Equipment shall have pre-tapped holes for case of tooling change over. 1.10 Die Size Range: Equipment shall have ability to place die with minimum dimensions of 8-mil square and maximum of at least 2-inches square. 1.11. Equipment shall use multiple, automatic die attach methods to include, but not limited to epoxy and cutectic. 1.12. Eutectic die attach method shall have X/Y axis scrub with heated stage. 1.13. Eutectic die attach method shall use nitrogen as the protective forming gas atmosphere. 1.14. Epoxy dispense shall use integrated positive-displacement pumps with a minimum of two (2) pumps. 1.15. Epoxy dispense shall have programmable pattern dispense capability (X, serpentine and box fill patterns). 1.16. Entire system must have accessibility from three (3) sides. 1.17. Power requirement: Power supply is limited to 110-120 VAC, Single phase. 1.18. Safety: Equipment shall have an infrared light curtain for the protection of operators during production. 1.19. Maximum weight of equipment shall not exceed 2000 pounds. 1.20. Maximum width of equipment shall not exceed 72 inches. 1.21. Maximum height of equipment shall not exceed 78 inches. 1.22. Maximum depth of equipment cannot exceed 50 inches.
 
Place of Performance
Address: 2728 LOKER AVE W, CARLSBAD CA
Zip Code: 92010
Country: UNITED STATES
 
Record
SN01095050-W 20060723/060721221202 (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.