Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2002 FBO #0081
SOLICITATION NOTICE

36 -- LARGE AREA WIRE BALL BONDER

Notice Date
2/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-194266
 
Response Due
2/28/2002
 
Archive Date
2/19/2003
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams@grc.nasa.gov)
 
Description
This notice 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) one Large Area Wire Ball Bonder, Item 2) one set of documentation, Item 3) Installation and checkout of item 1, Item 4) training in the operation of item 1, and Item 5) Maintenance and Standard Warranty of item 1. The Contractor shall furnish 1 Large Area Wire Ball Bonder, documentation, installation, and training in accordance with the following specifications. Item 1 Large Area Wire Ball Bonder (hereinafter referred to as Bonder) The ball bonder will be used by NASA to assemble microwave phased array antennas. Because of the high frequencies involved parasitic effects introduced by the wire bond connections must be minimized. Therefore, the Bonder shall: 1. For 25 micron wire, the bond length from the center of the first and second bond must be less than or equal to 100 microns, or the distance from tip to tip must less than or equal to 175 microns. 2. The corresponding loop height shall be less than or equal to 75 microns. 3. A Z-axis servo resolution shall be 0.3 microns for precise loop control. 4. The bonder shall be able to assemble phased array antennas that can be 30 cm in diameter or more. Therefore the bondable area shall accommodate a work piece of at least 30 cm across. 5. The bonder shall operate in automatic and manual modes. 6. The bonder shall utilize a trainable CCD optical target recognition system for identifying die points and lead pads. 7. The bonder shall be capable of automatically bonding to at least 1000 die of two different types across the work piece with an x-y position tolerance of plus or minus 125 microns. The bonder z-tolerance shall be greater than or equal to 0.5 mm. 8. The bonder speed shall be a minimum of 6 wires/second 9. The man-machine interface shall include, as a minimum: qwerty keyboard, trackball, and stereo zoom microscope. The microscope shall be greater than 40X magnification and the image shall be viewable on a monitor, 17" minimum viewable area SVGA monitor, and an X-Windows based graphical user interface. 10. The Contractor shall provide all application software necessary for the operation of the bonder 11. The bond placement accuracy shall be at least 5 microns. 12. The bonder shall automatically locate and center the bond to the pad. The actual bond ball footprint shall be smaller than 60 microns across for a 25 micron wire. Item 2 Documentation The Contractor shall furnish 1 set of instruction and maintenance manuals that, as a minimum, instructs in the safe set-up, calibration, and operation of the bonder and associated software, and the normal preventative maintenance procedures required. Item 3 Installation and Checkout. The Contractor shall install the System at NASA GRC within 30 days of delivery. Installation shall be by a trained factory representative(s) and include all alignments and utility hook-ups necessary for the operation of the bonder. The Contractor shall furnish to the NASA Contracting Officer a listing of utilities or other requirements necessary for installation within 14 days after award. Actual installation date(s) shall be via mutual agreement between the Government and Contractor. Installation shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC. The Contractor shall perform and document a complete system set-up and checkout at NASA Glenn Research Center upon completion of the installation. The checkout shall insure the bonder meets all functionality specifications listed in this document. This checkout and documentation must be in a form so that the Government can later repeat the same procedures to ensure accurate field measurements. Item 4 Training The Contractor shall provide training for one Government person in the safe set-up, calibration, and operation of the bonder and associated software. This training may be at either the Contractor's facility or the NASA Glenn Research Center as set forth in the offeror's proposal. This training shall be for a minimum of five days and shall occur within 60 days of delivery, on a specific date(s) to be agreed upon by the Contractor and the Government. Item 5 Maintenance and Standard Warranty As part of the system requirements, the Contractor shall provide their commercial warranty and maintenance program to maintain the original equipment performance specifications on Item 1. A copy of the maintenance program and the period it covers (1 year minimum) shall be furnished to the Contracting Officer in the offeror's proposal. The provisions and clauses in the RFQ are those in effect through FAC 01-03. The NAIC code is 334413 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 70 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by February 28, 2002, 4:30p.m. GRC local time and may be mailed or faxed (if not more than 10 pages) to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, (216) 433-5489 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. NASA is not responsible for non-receipt of faxed offerors due to mechanical malfunctions or other reasons. Offerors shall provide the information required by FAR 52.212-1 and the following: If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. Quoters must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Alternate II to 52.219-5. X (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). __ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (12) 52.222-26, Equal Opportunity (E.O. 11246). X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). X_ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 5 above. Consideration will given to the factors of meeting specifications, total price, and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria: 1. Bondable areas in excess of 30 cm across are desirable and will be a BVC consideration. 2. NASA anticipates that thousands of wires per work piece are required. Therefore, a bonding speed higher than the minimum stated in the specifications (i.e. the higher the number of bonds per second the better) will be a BVC consideration. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#100254)
 
Record
SN00028117-W 20020221/020219221702 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.