Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

44 -- Vacuum and Pressure Furnace

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07R0029
 
Response Due
9/14/2007
 
Archive Date
11/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
i) 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. This announcement constitutes the only solicitation; pr oposals are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is W911QX-06-R-0029. (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC 05-18). (iv) This requirement is 100 per cent set-aside for small businesses. The associated North America Industry Classification System (NAICS) Code is 333994 and the Business Size Stan dard is 500 employees. (v) The following is a list of contract line item numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 Vacuum and Pressure Furnace 1 Each (vi) Description of requirements: The Army Research Laboratory at Adelphi, MD requires a commercially-available programmable vacuum and pressure furnace for microelectronic package assembly. The vacuum/pressure furnace system is intended to be used to c reate void-free solder joints for high reliability microelectronic package assembly. The following system requirements apply: Temperature Range  RT to greater than or equal to 1000 degrees C; Thermal Work Zone  greater than or equal to 35 sq inches; Tem perature control Resolution  greater than or equal to plus or minus 1 degree C; Thermal Deviation in Work Zone  greater than or equal to 5 to 20 degrees C; Heating method  removable resistive graphite heater; Minimum Vacuum Level  50 millitor (.05 bar) ; Maximum Pressure Level  50 psi. The system shall include a vacuum chamber base and control systems that allows accurate control of the pressure and temperature. The heating system will utilize a graphite based resistive heater system to provide accura te and even heating. The overall system dimensions shall not exceed 35 inches wide by 57 inches deep by 53 inches tall. It must be able to achieve a minimum vacuum level of 50 millitorr. The system shall provide the ability to accurately pressurize the system using one of two gases. The system must allow for three inputs for process gases @ 90 psig (7 bar) minimum pressure. The systems electrical components shall be based on voltages, frequency and currents commonly used in the USA. The control sys tem shall operate in a Microsoft Windows environment. Process profiles shall be easily created, edited, and cataloged. Process parameters shall be controlled automatically. Multiple temperature and pressure ramps and dwells shall be easily programmed. Furnace operating characteristics shall be continuously monitored and operator shall be alerted to any unusual conditions. All operational recipes and profiles shall be able to be recorded directly on system hard drive for future use. The system shall pr ovide vacuum capabilities through a dry vacuum pumping system to eliminate the possibility of hydrocarbon migration into the process chamber. The system shall meet current industry standard requirements for safety including the use of EMO (Emergency Off) panic buttons, shielding and interlocks for hazardous areas including high voltages and moving parts. The system shall possess of a moisture monitoring system for the process atmosphere. The dew point shall be displayed on the system display and data log ged with each profile run. The moisture level recording specifications are as follows: Measurement Range - minus 100 degree C to plus 20 degree C; accuracy  greater than or equal to plus or minus 2 degree C. A method to allow in situ assembly of part s while under vacuum shall be provided. This system can either be manually or automatically controlled and shall allow two different parts to be brought together while the system is at temperature and under vacuum. All new software patches and upgrades shall be provided to the Gove rnment for 3-years after the acceptance of the tool at no additional cost. The contractor will provide the government with a two week notice prior to pre-delivery acceptance testing of the evaporator at the manufacturer's site. The government will have th e right to witness the pre-delivery acceptance tests. The contractor shall be prepared to include a demonstration of any or all of the specifications in this SOW. The manufacturer shall not ship the tool until the government has given written authorizatio n after confirming the acceptance test results. The contractor shall provide with delivery a kit consisting of items subject to relatively rapid wear such as thermocouples, O rings, insulators, fuses, springs, and instructions for installation shall be delivered with the tool. The contractor shall provide a list of all wearable items to be provided. The contractor will provide advance process development training for at least 2 participants from the Army Research Laboratory at the contractors site. The training shall include package sealing, solder die attach, glass to metal sealing, brazing, glass frit attach, and MEMS package sealing. The contractor shall deliver a complete set of electrical diagrams and operating manual. The manual shall be in the English language. The contractor shall deliver and install the tool to the Zahl Physical Science Laboratory Building at the Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD. After delivery and installation, the contractor shall demonstr ate full conformance to the requirements and specifications. The contractor shall provide a standard commercial warranty to include parts (excepting consumable parts and materials) and labor for a period of at least one year from the date of installation and demonstration of full operational compliance with the specifications and acceptance by the Government. The contractor shall provide on call technical support through either phone or internet during business hours (8:00 AM to 5:30 PM EST) at no additi onal cost to the Government. (vii) Delivery is required 90 days after contract award FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed panels meets the salient characteristics listed i n (vi) above. Technical evaluation shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is availabl e, offerors must furnish as part of their proposal all descriptive material (such as illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the history of the offeror in providing a product that meets specifications, meeting deliv ery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providin g a name and telephone number. Price will be evaluated on a best value basis. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considere d. The government reserves the right to make an award without discussions and to make award to other than the lowest price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commerci al Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 app lies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.219-6; FAR 52.219.8; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FAR 52.232-33 and FAR 5 2.232-36. (xiii) The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7001; DFARS 252.225-7014; DFARS 252.225-7016; DFARS 252.227-7015; DFARS 252.227-7037; DFAR S 252.232-7003, DFARS 252.247-7023 and DFARS 252.247-7024. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) Offers are due on 14 September 2007, by 1 100 hours, at US Army Research Laboratory, RDECOM-Adelphi, Contracting Division, AMSRD-ACC-A, Adelphi, MD 20783. Electronic offers are encouraged sent via email to rtomko@arl.army.mil. (xv) For information regarding this solicitation, please contact Robe rt Tomko at (301) 394-3691 or FAX (301) 394-1891.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01390908-W 20070901/070830222203 (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.