Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
MODIFICATION

36 -- YVO4 Laser Marker, CO2 Laser Marker and Enclosure - Amendment 1

Notice Date
11/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
339943 — Marking Device Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-11-Q-0005
 
Archive Date
12/22/2010
 
Point of Contact
Phillip A Takacs, Phone: 9162311512
 
E-Mail Address
takacs@dmea.osd.mil
(takacs@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached is RFQ response form Attached is the revised SOW 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 solicitation. The NAICS Code is 339943 with a size standard of 500 employees. The reference number is H94003-11-Q-0005. This is a 100% small business set aside. The place of performance and delivery is Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652. The contractor shall provide, new, a YV04 Laser Marker, CO2 Laser Marker and Enclosure as outlined in Statement of Work (SOW) 10-0L8, 29 November 2010. This award is on an All or None basis. Enclosure specifications are as follows: 01. Full integration for both the Laser Marker Tools. 02. The Laser is to be mounted and enclosed to meet the requirements of the Center for Devices and Radiological Health (CDRH) Class 1. 03. Lasers mounted on a servo motor controlled laser mount to allow for Z focus adjustment. 04. A stage, pallet tooled to hold sets of devices, to accommodate the equivalent of two side-by-side thick (12.192mm) and thin (7.62mm) Joint Electron Devices Engineering Council (JEDEC) trays (single tray dimensions: 135.89mm x 322.58mm). 05. The laser will be in an interlocked OFF state whenever the drawer is not fully closed. 06. The enclosures will be designed to sit on a table top or stand on the floor. The overall footprint of the tool shall not exceed 5' L x 4' W. 07. Enclosures' technical design drawings shall be submitted with bid proposal as part of the technical acceptance review and DMEA will have final approval of enclosure design. 08. Vendor provided PC will connect to the DMEA network, include an operator interface, Graphical User Interface (GUI), control the servo motor in the laser mount, monitor all cabinet safety features, and control overall operations of the laser station. 09. The enclosure will have a built-in Emergency Off (EMO) switch and a Start Mark button. 10. Light dome will indicate when the marking is finished. 11. The enclosures shall have an interlock service door with a viewing window which meets all CDRH Class 1 requirements. This door shall allow the operator to place larger devices (≥12'W x ≥12'D x≥ 6'H) into the mark area, without using the drawer. Vednor shall provide computer, hardware and software for CAD and control purposes with the following charactoristics, as outlined in the SOW: 01. Software must be Windows based GUI and be capable of running on included computer hardware.02. Software must be able to control laser parameters and interfaces.03. Software must be able to run tool diagnostics to determine tool health and settings.04. Software must allow drawing and designing of images, fonts, barcodes, etc. which will translate to physical marks from the laser.05. Software must include a pallet-marking function enabling serialized or identical images to be printed across a pallet of components.06. Software must be capable of creating two-dimensional designs and converting them to three-dimensional blocks such as cylinders and cones.07. Full integration for both Laser Marker Tools. The contractor shall be responsible for the installation, configuration and training. The contractor shall provide on-site hardware and software warranties for a period of 1 year for the items identified in this solicitation. Warranty shall include repair/replacement for: 01. Defects in materials and workmanship 02. Dust, internal overheating, internal humidity/condensation. 03. Power surge/fluctuations (It is assumed the units listed in this SOW will utilize surge protection technology. 04. Software deficiencies. Along with the above mentioned items the vendor shall provide 01. Electronic manuals for all equipment in English 02. User training at DMEA (minimum 16hrs, 4 people) 03. Training Documents/Materials for a minimum of 4 people 04. One application set-up. The contractor is required to provide a twenty -four (24) hour advance notification prior to conducting any on-site inspection, installation or maintenance for security purposes. All installation and maintenance work shall be performed by US citizens. Contractor personnel shall provide proof of citizenship in accordance with the DMEA visitor approval process in effect at the time the visit is requested and prior to being allowed entry into either location. FOB point is Destination. Award will be made to the lowest responsive, responsible offer submitted in response to this requirement. The following FAR clauses apply: 52.212-1, Instructions to Offerors - Commercial; 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. DPAS Rating is A70. For a complete copy of the Statement of Work (SOW) and a Request for Quote (RFQ) please email Phillip Takacs takacs@dmea.osd.mil Offers shall be received in DMEA by 5:30pm (PST) 7 Dec 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-11-Q-0005/listing.html)
 
Place of Performance
Address: Defense Microelectronics Activity (DMEA), 4234 54th Street., McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN02334404-W 20101201/101129233824-4e764040a7afbd3b7c8104ad6c550cc5 (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.