Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

66 -- Reel to Reel X-Ray Inspection Tool, Installation, User Training, and Warranty

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
2MH2C201
 
Archive Date
5/4/2012
 
Point of Contact
Lindsay Silliman, Phone: 9162311565, Linda Baustian, Phone: 9162311658
 
E-Mail Address
silliman@dmea.osd.mil, baustian@dmea.osd.mil
(silliman@dmea.osd.mil, baustian@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation is the acquisition of commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Proposals shall be valid for a minimum of 30 days. This announcement constitutes the solicitation. The NAICS Code is 541380 with a size standard of $12M. This acquisition is 100% set-aside for small businesses. The request for quote (RFQ) reference number is 2MH2C201. Delivery and installation of system at Defense Microelectronics Activity (DMEA), 4234 54th St, McClellan, CA 95652-2100. The objective of this purchase is to obtain one each automated reel to reel X-Ray Inspection Tool, installation, user training, and warranty. The Statement of Work (SOW) outlines the minimal requirements for an automated X-Ray inspection system to screen counterfeit parts. The equipment shall be brand new. Used or refurbished equipment is unacceptable. The contractor shall identify the equipment, software, and accessories that are being proposed. Pictures, graphics and/or brochures depicting the proposed system are required to be submitted in the proposal for evaluation. The system shall incorporate all of the following salient characteristics. Device shall have at least a 50 kV X-ray source. Device shall have X-ray source current of at least 1 mA. Device must have resolution of at least 5µm. Device must have a Field of View (FOV) of at least 1" x 1". Device must be designed specifically for 100% reel to reel component inspection without any additional configuration or attachment of optional components. All inspections performed by the tool/system must provide as an output a single image per single component mounted on a paper or plastic tape and reel. It is expected that no components would need to be removed from the paper or plastic tape and reel, and 100% of all components on the individual reel will be imaged on a single component basis and NOT as a group or lot of components. Device must be able to scan each component on a standard reel of the following sizes (all in mm): 4, 8, 12, 16, 24, 28, 32, 44, 56, and 72. In addition to components on reels, the device must be able to scan items on trays and must be able to accommodate the equivalent of one thick (12.192mm) or thin (7.62mm) Joint Electron Devices Engineering Council (JEDEC) trays (single tray dimensions: 135.89mm x 322.58mm). In addition to component on reels and trays, the device must be able to scan components within component tubes. Device must capture photographic images of each component on a reel in an automated manner. Device must capture radiographic images of each component on a reel in an automated manner. Device must capture one image per component on a reel and save each image file according to the numbered position on the component reel. Device must include an automatic component counter to count the components within a reel. Device must accurately determine the position of a component within a reel of components without the aid of an operator. Device software must flag images which do not match a "known good" image, as programmed by the user. Device must be able to capture one image per component, whether radiographic or optical, at a minimum rate of 120 components per minute (2 components per second) for components on a reel. Device must include fully shielded enclosure that meets all applicable CA regulations and requirements. The device weight must not exceed 75 lbs. The dimensions must not exceed the following: 24"(W) x 24" (L) x 24" (H). Device must not require any additional support, fixtures or mounting to a table. Device must be powered by a standard 110V, 15amp outlet. Device must include computer system with at least 2 GB of RAM and a 250 GB HDD. Software must be GUI based and capable of running on included computer hardware. The included computer must allow the DMEA user to remove images captured by the system via Ethernet, CD, and/or USB external hard drive. The use of USB flash drive devices are not permitted. Software must be able to run tool diagnostics to determine tool health and settings. Software must be able to display the interface and captured images on a system included flat panel monitor of at least 14" (inches). Device must be manufactured in the United States. Device software must have been developed within the United States. Initial setup, training and application support at DMEA shall be included. The contractor shall provide preventative maintenance training at the time of setup. This includes inspection, setting and calibration of the machine, and any other tasks needed to properly maintain the machine. The contractor shall deliver the equipment to DMEA within 10 weeks after the award. Upon delivery, the item will be inspected by DMEA (4234 54th St, McClellan, CA 95652-2100) personnel in the presence of contractor representative for product defects. If defects are found, the item will be rejected and returned to the supplier at the supplier's expense. The contractor shall provide the following with 3 weeks after the delivery: Install the equipment and bring it up to operational state. Provide electronic and/or two paper manuals for all equipment in English. Provide 6 hours of operation, maintenance and calibration training at DMEA. Training documents/materials for a minimum of 4 people. At least one application setup. The contractor shall provide hardware and software warranties for a minimum of one year from the date of installation for the equipment identified in the SOW. Warranty shall include the repair or replacement for any and all components that affect the operation of the equipment as designed. The installation 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. Contractor must be WAWF (Wide Area Workflow) Registered prior to award. The following FAR clauses apply: 52.212-1, 52.212-2 Evaluation - Commercial Items (Lowest Price Technically Acceptable), Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 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. DFARS clauses: 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.209-7999 (Dev 2012-O0004) Representation by Corporations regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and 252.232-7010 Levies on Contract Payments. DPAS Rating is A7. For a complete copy of this request for quote and SOW contact: Lindsay Silliman at silliman@dmea.osd.mil Offers shall be received in DMEA by 3:30pm (Pacific Time) 19 Apr 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/2MH2C201/listing.html)
 
Place of Performance
Address: 4234 54th St, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN02719018-W 20120413/120411234554-75412d0aadd69d150b5ad33a9464bf92 (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.