Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

66 -- Flip-Chip Bonder

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0137
 
Response Due
8/11/2006
 
Archive Date
9/11/2006
 
Description
This is a combined synopsis/solicitation for an 860 Eagle Version Omni Bonder System or Equal, a commercial commodity to be procured for the Air Force Institute of Technology, Wright-Patterson Air Force Base, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Due date for quotes, technical package, and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, is Friday, 11 August 06, 12:00 pm EST. Quote package should be submitted to 88 CONS/PKBB (Matthew Passage), 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to matthew.passage@wpafb.af.mil This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0137 is a Request for Quote (RFQ). No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10. Proposed acquisition is 100% set aside for small business. The associated North American Industrial Code (NAIC) is 333298, size standard 500 employees applies. INSTRUCTIONS TO OFFERORS: A Firm Fixed Price type contract is anticipated with 8 (eight) line items as described below. The required items are: 0000 1 EACH: Model 860 Eagle Version Omni Bonder with Instrument Controller OR EQUAL, Closed loop bond load control, Extend-retract cube beam splitter viewing system with 12X zoom lens, Micrometer adjusted work stage holder, Single gel pack/waffle pack, Precision servo-motor driven Z motion, Manual Joystick X/Y table movement with pneumatic brakes, Set-up Kit, Manual. 0001 1 EACH: Direct View System 0002 1 EACH: Single Tool Bond Head 0003 1 EACH: Ultrasonic Bond Head for Vacuum Pick-up Tool 0004 1 EACH: Rapid Heat Cycle Workstage with Quick Heat Up Ramping to 400 Degrees C 0005 1 EACH: Cooling Gas Manifold for Rapid Heat Cycle Workstage Only 0006 1 EACH: Table for Model 860 OR EQUAL 0007 1 EACH: Installation at Wright-Patterson Air Force Base INCLUDING 1 Day for Installation and Training Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which is attached at www.fbo.gov. This document must be submitted with quote package. The delivery/installation location is Wright-Patterson Air Force Base, Ohio. The F.O.B point for this acquisition is Destination. Quoted prices must be delivered (F.O.B. Destination) prices. Include a delivery date in the proposal. Contract financing will not be provided for this acquisition. NOTICE: Any order awarded as a result of this RFQ will contain the requirement for use of the Government?s electronic invoicing system, Wide Area Workflow (WAWF). Instructions on use of WAWF will be contained in subsequent order document. The following provisions apply to this acquisition and are incorporated: FAR 52.204-6, Data Universal Numbering System (DUNS) Number FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors ? Commercial FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Contract will be awarded to lowest priced technically acceptable offeror. If offering an item other than an 860 Eagle Omni Bonder System offerors must submit specifications or documentation with a point by point comparison with each paragraph in the minimum specifications to support that offered item is equivalent to the 860 Eagle Omni Bonder System. Documentation submitted must be sufficient to allow technical evaluation of the alternate item. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Active Compliance FAR 52.222-38 Compliance with Vet?s Employment Reporting Requirements FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.204-7, Central Contractor Registration FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Deviation) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases (Required) FAR 52.232-33, Payment by Electric Funds Transfer ? Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, Required Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation This will apply if you have a unit price of over $5K DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman (The fill-in for this clause is Mr. Stephen J. Miller, ASC/AE, 1755 Eleventh St., B570, R113, WPAFB, OH 45433-7404, Telephone 937-255-5315, Fax 937-656-7193, E-mail Stephen.Miller@wpafb.af.mil) AFFARS 5352.223-9001, Health and Safety on Government Installations A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Matthew Passage, (937) 522-4515, or email Matthew.passage@wpafb.af.mil.
 
Record
SN01103038-W 20060803/060801220744 (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  © 1994-2020, Loren Data Corp.