Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

35 -- Aqueous Cleaning System

Notice Date
6/19/2007
 
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
N6893607T0129
 
Response Due
7/2/2007
 
Archive Date
12/19/2007
 
Description
The Naval Air Warfare Center - Weapons Division, Point Mugu, CA is issuing a combined synopsis/solicitation for 1 each Aqueous Cleaning System. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested but a separate written solicitation will not be issued. The requirement is for a low-discharge aqueous cleaning system to remove all fluxes and/or pastes from post reflowed circuit assemblies. Additional specifications are as follows: Operation: The system shall have a re-circulated wash water recycler with 25 micron bag filtration, the system shall be supplied with D.I. water at 5 gallons per minute flow min of 5Meg water, the system shall have internal 10,500 watt wash water heater, the system shall be capable of operating with both vendor supplied and user supplied DI filter systems, the system shall have programmable maintenance reminding software, the system shall have a Chemical Management System, the system shall have built in password protection on parameter editing commands Wash System and Rinse Systems, the system shall have unlimited parameter memories with user defined file names. Spray system: The system shall have segregated wash and rinse dual stainless steel spray pumps, the wash and rinse spray pumps shall produce 15.36 ounces per sq inch board impact pressure, the system shall have stainless steel wash / dry chamber, sump tanks and plumbing manifolds, the system shall have minimum 10 upper 15 DEG nozzles and 10 lower 15 DEG nozzles with asymmetrical spray arm design with oscillating board rack, the spray nozzles shall be removable and adjustable. Drying system: The system shall provide thoroughly dry boards, the system shall have air heater temperature control with graphic real time display, the drying system shall utilize a n air blowing mechanism with a rating of at least 1500CFM, and the sys tem shall have hot air and convection dryer with a minimum of 6" static exhaust port. Construction: The system shall have welded 1.5" tube steel frame and using 16 gauge steel panels, the system shall have corrosion resistant powder coat epoxy finish, the internal plumbing of the system shall be stainless steel with polypropylene, the system shall have ESD safe stainless steel printed circuit board (PCB) board rack, the system shall have a 12-gallon water tank, the system shall have Windows CE operating system, the CPU shall have a 10.4" LCD color touch screen SVGA monitor, the system shall have resistivity / cleanliness control with graphic real time display, the system shall not exceed 17"x19" PCB capacity, the system dimensions shall not exceed 40" in width, a minimum of 43" in length and no more than 63" in height, the system shall not weigh more than 900 lbs. Water Requirements: the system shall have 0.75" NPT (National Pipe Tread), the system shall require a minimu m of 5 gallons per minute intermittent flow of D.I. water, and the system shall have water temperature control with graphic real time display. Electrical Requirements: The system shall have 208 -230 VAC, single phase and 60 amps, the system shall have no more than 11,000 air heater wattage (6000 watt duct pre-heater and 5000 watt chamber heater), the wash water solution heater shall not have wattage greater than 10,500 watt. Cycle time: Each complete cycle shall consist of washing, rinsing, and cleanliness testing and complete drying. Safety: The system shall be equipped with redundant over-temperature protection devices, the system shall be equipped with lockable electrical cabinet door, the system shall be equipped with low water shut-off switches, the system shall operate at a noise level not to exceed 68 dB, the equipment shall carry a ?CL? or equivalent third-party safety listing, and shall be equipped with internal ESD protection including operator grounding plug . Warranty: The manufacture shall provide all parts and factory labo r free of charge for one year upon receipt of the system. The provision FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2006) applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-3 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on the following factors: 1. Price; 2. Technical capability. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications - Commercial Items (Mar 2005) and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005) applies to this acquisition and there is no addenda to this clause: FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Im plement Statutes or Executive Orders - Commercial Items (Nov 2006) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Oct 2006); 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Sep 2006); 52.222-36; Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended. Or Proposed for Debarment (Sep 2006); 52.214-34 Submission of Offers in the Englis h Language (Apr 1991); 52.214-35 Submission of Offers in US Currency ( Apr 1991); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Oct 2006); 252.204-7004 Required Central Contractor Registration - Alt A (Nov 2003); 252.225-7000 Buy American Act and Balance of Payments Program Certificate (Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (May 2006); 252.247-7023 Transportation of Supplies by Sea (May 2 002). This synopsis/solicitation and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-16. The NAICS Code is 333319 and size standard is 500. Acceptance will be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Ship to will be NAWCWD Point Mugu, CA. Time of delivery shall be in accordance with the offeror's proposed best delivery schedule and be delivered within a timely manner after the order has been placed. All responsible parties may submit a quote which shall be considered by the agency. Respondents shall submit their quote by email to: barbara.contreras@navy.mil, Contracts Department, Code 254300E, NAWCWD Point Mugu, CA 93042, no later than 7/2/07. Please include your firms Federal Tax ID Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) code. The anticipated award date is on or about 7/5/07. NAICS Code = 333319 Place of Performance = N/A Set Aside = N/A Email Address = barbara.contreras@navy.mil
 
Record
SN01322661-W 20070621/070619223730 (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.