Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

36 -- One (1) New, Temperature Cycling Oven System

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
334413 — Semiconductor and Related 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
HQ0727-14-R-0020
 
Archive Date
8/8/2014
 
Point of Contact
Edward I. Kurjanowicz, Phone: 9162311527
 
E-Mail Address
edward.kurjanowicz@dmea.osd.mil
(edward.kurjanowicz@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested by email and a written solicitation will not be issued. Solicitation number is HQ0727-14-R-0020. This is a Request for Quote (RFQ) and is a 100% Small Business Set-aside. The NAICS code is 334413 and small business size standard is 500 employees. DPAS rating is DO-A7. Offerors' Quotes are due to the Defense Microelectronics Activity (DMEA) contracting office by 3:00 PM (Pacific) on July 24, 2014 and will be electronically sent by email to Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. Qfferors' Quotes should be valid for a minimum of 60 days. The purpose of this combined synopsis/solicitation is to purchase one (1) new, temperature cycling oven system that capable of performing application specific integrated circuit (ASIC) testing in accordance with MIL-STD-883, method 1010. SYSTEM REQUIREMENTS: the system shall also meet or exceed the following specifications: 1) Dual chamber system 2) Vertical hot/cold chamber layout 3) Cold Temperature Chamber Range minimum: less than or equal to -65oC 4) Cold Temperature Chamber Range maximum: greater than or equal to 0oC 5) Hot Temperature Chamber Range minimum: less than or equal to 60oC 6) Hot Temperature Chamber Range maximum: greater than or equal to 200oC 7) Temperature recovery: less than or equal to 15 min. at the product. 8) Test area dimensions greater than or equal to (W×D×H): 320×230×150mm ( 12.5" × 9.1" × 5.8" ) 9) External dimensions less than or equal to (W×D×H): 68×105×163mm ( 26" × 42" × 64" ) 10) Electric Supply: 208V/ 3Ø / 60Hz 11) Full Load Amps: 26 Amps 12) Condensate Drain: 0.375" FPT 13) Specimen power supply terminal 14) Specimen basket load capacity greater than or equal to: 4lbs per basket (equally distributed load) 15) Port for external cable pass through to test load greater than or equal to 2" but less than or equal to 4" 16) Internal tube to support cables to test load 17) Stainless steel interior 18) System on casters or wheels with leveling pads for easily relocation 19) Self-contained system - no liquid nitrogen/non-CFC used for the cold chamber 20) Operation noise less than or equal to 60dB 21) Touch screen operation 22) Touch screen greater than or equal to 6.5" 23) Greater than or equal to 20 user definable programs 24) Built in timer functions for automatic start/shut-down. 25) IEEE 488 interface DELIVERY: The contractor shall deliver the Temperature Cycling Oven to the following address within 8 weeks of award: Defense Microelectronics Activity (DMEA) 4234 54th Street McClellan Park, CA 95652. INSTALLATION/TRAINING: The contractor shall provide equipment delivery and installation for the Temperature Cycling Oven identified above. The contractor shall provide complete installation of the Temperature Cycling Oven to a fully-functional state-free of defects, including diagnostic and performance testing to assure proper operation. The contractor shall provide one training session (12hrs) for up to three people on the operation and maintenance of the system. MAINTENANCE: The contractor shall provide preventative maintenance functions at the time of setup. This includes inspection, setting and calibration of the machine, and any other tasks needed to properly maintain/operate the machine. All preventative maintenance for the equipment shall be carried out by the contractor during normal DMEA business hours. Field service work shall be included in pricing for greater than or equal to 120days after the shipment of equipment. WARRANTY/SUPPORT: 1) Extended 12 month warranty from ship date including all repair parts and labor. 2) Response time of 6hrs to any service related matter (via phone or email). 3) Onsite response time of less than 24hrs for machine down service calls. CONTRACTOR CAPABILITY REQUIREMENTS: 1) The contractor shall provide both maintenance and calibration services for the system. Identify in your quote the yearly cost for system maintenance and calibration including travel and per-diem. The contractor shall identify the company location that provides these services. 2) The contractor shall identify three (3) companies with contact information where similar equipment has been installed in the United States in the last year. Proposals will be submitted and priced in accordance with the above requirements and attached RFQ and will include company name and address, Cage Code, DUNS Number, shipping, delivery, and payment method, and company point of contact name, telephone number, and email address. In addition to company Quote, Offerors will provide filled-in attachment labeled RFQ HQ0727-14-R-0020. The Government will award a best value, Firm Fixed Price purchase order (PO) 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. For evaluation purposes, award will be made to the lowest price technically acceptable (LPTA) offer. Technically acceptable is the technical quality of the commercial item supplied in accordance with above requirements, delivery schedule, training and aids, warranty period, and contractor capability. All quote requirements can be found in this combined synopsis/solicitation and attached RFQ and SOW 14-4G7. Delivery, acceptance and FOB point for above deliverables is: Defense Microelectronics Activity (DMEA) at 4234 54th Street, McClellan, CA 95652-2100. This RFQ solicitation and incorporated provisions and clauses are those in effect and current to FAR Federal Acquisition Circular (Fac) 2005-74 and DFARS DPN 20140624. The following FAR clauses apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with clauses 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.223-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-51, 52.222-54, 52.223-18, 52.225-13, 52.232-33; 52.232-40 and DFARS clauses that apply 252.203-7000, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-7001, 252.227-7015, 252.232-7003, 252.232-7010, and 252.244-7000. Questions regarding this solicitation should be emailed to the contracting POC, Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. DMEA greatly appreciates your Quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/ HQ0727-14-R-0020/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN03433240-W 20140724/140722235024-5b40beb47c9f6303306eb6b1b25a1bf0 (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.