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
SOLICITATION NOTICE

A -- Valtronics

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0022
 
Response Due
12/5/2010
 
Archive Date
12/12/2010
 
Point of Contact
Robert O'leary
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All offerors MUST be registered on www.ccr.gov, MUST provide a Valid DUNS Number and TAX ID Number, along with a detailed pricing and delivery quote. If any of the items are not sent along with the quote, the response may be considered non-responsive. (ii) The solicitation number is VA-241-11-RQ-0022 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-46. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as sole source. The North American Industry Classification System (NAICS) code is 334418, and the size standard is 10 employees. (v) This requirement consists of one (1) line items: 1. Develop materials and methods for Hermetic sealing of sub retinal prosthesis assemblies to be provided by Center for Innovative Visual Research. (vi) Introduction/Statement of Work: Conduct the following tasks in support of the effort at the Center for Innovative Visual rehabilitation (CIVR) in the development of a retinal prosthesis. The work shall be conducted primarily with ancillary machining and other processing/fabrication performed at other facilities as required. Objectives: To develop processes for stud bumping of individual CIVR retinal stimulator integrated circuits as necessary. To optimize the assembly process for circuit board that will be installed internally in the CIVR retinal prosthesis hermetic case, including flip-chip assembly of the CIVR ASIC onto the internal board. To implement on-site testing of internal circuit boards for the CIVR retinal prosthesis after they are assembled, to VA engineers specifications. To support the CIVR in engineering the entire assembly process for building the prosthesis, including recommending processes, vendors, and/or alternate approaches that would make the resulting assemblies more robust. To optimize the assembly of the external components of the prosthesis, including the CIVR-supplied secondary coils and the external flexible circuit, with a particular focus on robust attachment of these components to hermetic package feedthrough pins using gold-tin solder. To serialize the retinal prosthesis assemblies during the manufacturing process to CIVR specifications. The tasks required to meet these objectives are the following. All testing will be conducted and documented in a manner appropriate for the future regulatory needs of the CIVR team. 1. Specific Mandatory Tasks and Deliverables: Task 1. Stud Bumping. (Date of Award September 2011) On an as-needed basis optimize the stud bumping process for adding gold bumps to the contact pads of the CIVR ASIC, to facilitate future assembly. Task 2. Internal Circuit Boards. (Date of Award September 2011) Optimize the processes for and assemble internal circuit boards for the CIVR prosthesis, including flip chip assembly and surface mounting of discrete components. Task 3. On-Site Testing of Prosthesis Assemblies. (Date of Award September 2011) When required by CIVR specifications, test sub-assemblies and complete retinal prosthesis assemblies to VA specifications prior to shipping any engineering units for inspection. Any specialized test equipment or apparatus required for this purpose, apart from standard laboratory equipment such as multimeters and oscilloscopes, shall be provided or loaned by CIVR personnel to facilitate the required measurements. Task 4. Consulting for Assembly Process Robustness. (Date of Award September 2011) Provide input and recommendations to CIVR engineering personnel concerning best practices and sources for procuring essential components and fixturing so as to optimize the robustness of the resulting prosthesis assemblies. Task 5. External Components. (April 2011 September 2011) Optimize the process for assembling components that are external to the hermetic case of the CIVR prosthesis, including the secondary receiving coils and external flexible circuits, in consultation with VA engineers. Special attention shall be paid to the robustness and solderability of interconnections between hermetic feedthrough pins and external flexible circuitry. Task 6. Serialization. (Date of Award September 2011) Serialize each complete retinal prosthesis assembly using laser marking apparatus, according to specifications provided by the CIVR. Documentation of subsequent builds or assembly operations shall reference these serial numbers on part or lot travelers for traceability purposes. (vii) Dates and place of delivery: N/A (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers 1.Technical factors as specified in the SOW for tasks 1-6. 2. Past performance based on relative experience specific to tasks 1-6 in the SOW. 3. Price All evaluation factors when combined, are approximately equal to price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-34 (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Tuesday, December 5th, 2010 by 3:30 p.m. eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to Robert O Leary, Contract Specialist, e-mail Robert.Oleary@va.gov C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 option to extend the term of the contract (MAR 2000) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (End of Clause) TaskIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentive Stud bumpingUniform bump height and adhesionYield of successfully bumped die80%Periodic Inspection and Random SamplingPotential Exercise of Option Period(s) Internal circuit boardsFunctionality of assembled unitsTest yield of internal boards with flip-chip mounted ASICs and SMT components 80%Periodic Inspection and Random SamplingPotential Exercise of Option Period(s) On-site testing of prosthesis assembliesMeasurements conducted according to CIVR standard operating proceduresCompliance with all required testing procedures prior to shipping assemblies100%Periodic Inspection and Random SamplingPotential Exercise of Option Period(s) Consulting for assembly process robustnessFailure rate of assemblies after initial testing is completedPercentage of devices surviving shipment, sterilization, and implantation80%Periodic Inspection and Random SamplingPotential Exercise of Option Period(s) External componentsDurability and reliability of coil and flex circuit connectionsPercentage of external connections surviving final assembly and encapsulation80%Periodic Inspection and Random SamplingPotential Exercise of Option Period(s) SerializationAssemblies serialized per documented CIVR SOPError free lot and device tracking100%Periodic Inspection and Random Sampling Potential Exercise of Option Period(s) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix provided below includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). ATTACHMENT 1 QUALITY ASSURANCE WORKSHEET Performance Rating Deliverable/ServiceüQuality RatingCausative FactorsEffect on MissionAction Required/Date Stud bumping, uniform bump height and adhesion GreenComments Unnecessary for Green QA Rating. Yellow Red Internal Circuit Boards, functionalityGreenComments Unnecessary for Green QA Rating. Yellow Red Onsite testing/consulting for assembly processGreenComments Unnecessary for Green QA Rating. Yellow Red External components, reliability of coil and flex circuit connections GreenComments Unnecessary for Green QA Rating. Yellow Red Serialization of assemblies per CIVR SOPGreenComments Unnecessary for Green QA Rating. Yellow Red E1 VARR 852-270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) E.2 ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. E3 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) E4 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs VA Boston Healthcare System Contracting Officer (90C) 940 Belmont Street Brockton MA 02301 Mailing Address: Department of Veterans Affairs VA Boston Healthcare System Contracting Officer (90C) 940 Belmont Street Brockton MA 02301 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0022/listing.html)
 
Record
SN02334519-W 20101201/101129233937-55b999dc427415e3e9c03c3cd2d5523f (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.