Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
SOLICITATION NOTICE

A -- 93K SOC System DD VLSI Design Tester, plus all components

Notice Date
3/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4F5AN7030A003
 
Response Due
3/19/2007
 
Archive Date
4/3/2007
 
Description
The Government (88 CONS/PKA) intends to solicit BRAND NAME OR EQUAL. The items being procured are: 1. 93k SOC System DD, V93000 System Infrastructure Quantity (1) 1.1 DUT interface for compact (16-slot/8-slot) test head with hard dc Quantity (1) 1.2 System clock unit Quantity (2) 1.3 DC/DC power unit for analog board for test head Quantity (1) 1.4 Power control unit for test head Quantity (2) 1.5 Test system with compact (16-slot/8-slot) test head Quantity (1) 1.6 Universal DC/DC power unit for test head Quantity (3) 1.7 SmarTest for Pin Scale, single user license Quantity (1) 1.8 Small liquid-liquid cooling unit Quantity (1) 1.9 Standard manipulator for compact (16-slot/8-slot) test head Quantity (1) 1.10 Adapter kit with 2 1.5 inch-to-1 inch adapters for cooling unit Quantity (1) DIGITAL RESOURCES: 1.11 Pogo cable for Pin Scale 800 and Parallel Probe 400 digital card Quantity (6) 1.12 Pin Scale 800 digital card Quantity (6) 1.13 Pin Scale 800, basic capability, permanent Quantity (6) DEVICE POWER RESOURCES: 1.14 Multisite device power supply with 4 channels Quantity (2) 1.15 Multisite device power supply permanent upgrade to 8 channels Quantity (1) SYSTEM CONTROLLER: 1.16 PCI based GPIO interface for Linux system controller Quantity (1) 1.17 Flat panel display for Linux system controller Quantity (1) 1.18 xw8200 dual proc WS crtl bundle (Linux) PCI-Express Quantity (1) 1.19 Pin Scale Media Kit ? Recovery DVD Quantity (1) ADDITIONAL SOFTWARE TOOLS: 1.20 Digital Programm Generator Software Tools Quantity (1) 1.21 STIL Reader perpetual single seat floating license Quantity (1) 1.22 License-KIT Quantity (1) DOCKING AND INTERFACING: 1.23 Adapter plate for hard docking to handler Quantity (1) 1.24 DUT board stiffener for small DUT board Quantity (1) 1.25 DUT board stiffener inlay, generic Quantity (1) SERVICES AND SUPPORT: 1.26 93000 SOC User Training, Part 1 Quantity (1) 1.27 93000 SOC User Training, Part 2 Quantity (1) DIAGNOSTIC AND CALIBRATION TOOLS: 1.28 System calilbration robot for automated calibration of test system Quantity (1) 1.29 Enhanced Diagnostic Interconnect DUT board Quantity (1) NOT GROUPED ITEMS: 1.30 Kit for Software Licenses Quantity (1) SALIENT CHARACTERISTICS FOR MODULAR AUTOMATED TEST EQUIPMENT (ATE): A scalable digital and mixed signal Automated Test Equipment with the 18 slot test head (16 for digital, analog and RF plus 2 for device power supplies) to test VLSI circuits and FPGAs for wafer sort, die, and packaged IC test. The test head should provide 200 Mbps to 3.6 Gbps single ended or differential on a per-pin basis through software license for maximum flexibility and performance. The ATE system should offer a manipulator, a hardware that holds and positions the test head. Each card slot in the test head should provide at least 32 channels (up to total 1024 digital channels) and each device power slot should provide 8 channels of device power supply (up to 16 devices). ATE should also be capable of testing 64 analog channels. ATE should be water-chilled system to offer a stable, yet quiet performance, and the chiller should be handling up to four test heads simultaneously. The ATE should be controlled by a dual Xeon processors-based Linus workstation, and should also support automated calibration via calibration robot. The configured system should provide a minimum of 192 channels at 200 Mbps per channel (total 6 occupied slots, 8MB memory per channel) and at least 12 device power supply instrument (8 full channels in one slot plus 4 additional channels on second slot). The configured system should provide an automated calibration via a system calibration robot and Automatic Test Pattern Generator for all test program types. Most importantly, the configured ATE should provide a manipulator for the test head and a production ready hardware docking to wafer probers and device handlers. The test head should be relatively compact in size at 0.6m x 0.7m x 0.8m. The ATE solution should also provide all necessary hardware including water chiller, probes, cables, digital program generator, and a minimum of two weeks of training for one person. Finally, the configured ATE should come with a dual, dual-core Intel Xeon processors-based Linux workstation and a 20? flat panel screen at 1600 x 1200 pixel resolution. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation # F4F5AN7030A003 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This acquisition is 100% set aside for small business. The associated NAICS 334413. The size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Evaluation will be based on overall best value. Evaluation factors are price, technical, past performance, and delivery time. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation and the salient characteristics document. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturer?s name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an "equal" product, the quoter shall provide the brand name product referenced in the solicitation. Delivery is required within 4 weeks from date of award. FOB point is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (F.O.B. Destination) prices. The following FAR Provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial, 52.212-3, Contractor Representations and Certifications apply to this acquisition; and 52.211-6, Brand Name or Equal. The following FAR Clauses apply to this acquisition: 52.219-6, Notice of Small Business Set Aside; 52.225-13, Restrictions on Certain Foreign Purchases; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (for paragraph (b), the following applies: 252.225-7001, Buy American Act and Balance of Payments Program); 252.204-7004, Required Central Contractor Registration. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. No special format or form is required for your quote; however, you must include a completed copy of FAR 52.212-3, Representations and Certifications. A copy can be found at http://www.pixs.wpafb.af.mil Any quotations should be e-mailed, NLT: MONDAY, 19 MARCH 2007, to Sue.Quillen@wpafb.af.mil or faxed to 937-656-1412. Any questions should be directed to Sue Quillen at 937-522-4645.
 
Record
SN01249660-W 20070315/070313220552 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.