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

59 -- PC Boards

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893606T0325
 
Response Due
8/7/2006
 
Archive Date
9/7/2006
 
Description
Ref PR 10181142. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice and using the Simplified Acquisition Procedures in FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu, CA, has a requirement for 500 each CPU-4 Printed Circuit Boards; see the following statement of work for details (copies of attachments referenced in the SOW will be made available upon email request): Statement of Work (SOW) for CPU-4 PCB Manufacture and Electronic Assembly 1. SCOPE This statement of work (SOW) covers the tasks necessary to produce an electronics assembly, CPU-4 Rev K3 that will be used in the remote control of seaborne targets. The tasking includes the manufacture of a small printed circuit board (PCB) in accordance with provided industry standard Gerber files, purchasing parts with provided Bill of Materials, testing using Government Furnished Equipment (GFE) and procedures, marking the PCB with a serial number, and conformal coating the board as detailed in the provided technical drawing. 2. APPLICABLE DOCUMENTS 2.1 CPU-4 Rev K Test Procedures Version 1.1, Naval Air Warfare Center Weapons Division, Technical Document 531000E-2006-002 Rev - Dated May 2006. 2.2 CPU-4, TS20087 Rev K3, End Item Drawing 2.3 CPU-4 Technical Data Package, TS20086 Rev K3, including the CPU-4 PCB Data Package, TS20086 Rev K3. 3. REQUIREMENTS 3.1 Printed Circuit Board and Assembly Specifications: 3.1.1 Board Material: Epoxy Glass, IPC-4101/24, FR4. Tg 170; Copper Clad 1 oz. inner & outer layers. Total board thickness; .062 3.1.2 Solder Mask Material: Green Semi-Gloss LPI per IPC-SM-840 Type A1, Class 3 3.1.3 Silkscreen Text Material: White Epoxy Ink Surface Finish; HASL (Hot Air Solder Leveling) Acceptability Per IPC-A-600, Class 2, Qualification and Performance Per IPC-6012, Class 2. 3.1.4 Conformal Coating Material: Humiseal 1A33 Urethane, conforming to MIL-I-46058 and IPC-CC-830. 3.1.5 Soldering Material: 3.1.5.1 Soldering Material Specification, J-STD-006 Requirements For Electronic Grade Solder Alloys And Fluxed And Non-Fluxed Solid Solders For Electronic Soldering Applications 3.1.5.2 IPC-J-STD-001D (Joint Industry Manufacture Procedures Standard). 3.2 A total of 500 boards that pass the test shall be delivered regardless of how many were manufactured and tested. 3.3 Test each board utilizing GFE hardware and software prior to marking the serial number and conformal coating process in accordance 2.1. After testing is initiated, the software assigns the unit being tested a serial number. A test report is generated for this board regardless of pass or fail. These text files are saved on the hard drive and shall be provided as deliverables. The government shall provide assistance/training on setup and operation of this equipment. 3.4 The manufacturer shall develop their own assembly and production drawings as required to meet their own in-house needs. The first completed production board (uncoated) shall pass a functional and visual test, and the contractor shall obtain approval to manufacture the remaining boards to be produced. 3.5 During testing each board shall be assigned a serial number, in the following format: YY-XXX, YY=Year of Contract and XXX=Numeric consecutive value beginning with 001. When numeric limits are exhausted, an alpha numeric value shall be used (i.e. A01, B01, AA1_). This same serial number shall be marked in accordance with drawing requirements, on the board, prior to conformal coating. 3.6 The contract quantity shall be delivered within 15 weeks or less subsequent to contract award to meet schedules for supplying the Fleet with targets utilizing these remote control systems for operational requirements. 3.7 The delivery of the subject items shall be properly packaged to prevent damage during shipping. 4. GOVERNMENT FURNISHED EQUIPMENT/MATERIALS 4.1 A CPU-4 test set, PN TS200161, made up of a test fixture, a Microchip PM3 device programmer and a pre-programmed laptop computer, with all required power supplies and harnesses. 5. LIST OF DELIVERABLES 5.1 500 successfully passed units. 5.2 Test data files recorded on the hard drive of the GFE laptop computer. 5.3 At the conclusion of the contract, the CPU-4 test set shall be returned in its entirety back to NAWCWD, Surface Targets at Port Hueneme, California (a more complete address will be provided at the time of award). Offeror is responsible for completing and including with bid the following FAR fill-in clause: 52.212-3 Alt I Representations and Certifications - Commercial Items. The following additional FAR clauses are applicable, but are not limited to: 52.209-6, 52.211-17, 52.212-4, 52.212-5, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.233-3, 52.233-4, 52.242-15, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252.6, 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7036 Alt I, 252.232-7003, 252.243-7001. Any questions resulting from this synopsis/solicitation must be emailed and received no later than 4 days prior to the closing date. The closing date of this solicitation is 8/7/06. Offers and completed FAR clause must be emailed by the closing date of this solicitation, to barbara.contreras@navy.mil. All responsible sources may submit a quotation which will be considered by the agency. NAICS Code = 334418 Place of Performance = N/A Set Aside = Total Small Business
 
Record
SN01095318-W 20060723/060721221716 (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.