Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
MODIFICATION

59 -- Fabrication, testing and delivery of high density circuit boards.

Notice Date
11/19/2007
 
Notice Type
Modification
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607T0139
 
Response Due
11/30/2007
 
Archive Date
1/28/2008
 
Point of Contact
Eve Woloszynski - 760-939-2616
 
E-Mail Address
Email your questions to Eva Woloszynski
(eva.woloszynski@navy.mil)
 
Description
The Naval Air Systems Command, Naval Air Warfare Center Weapons Division (NAVAIR WD), China Lake, CA, 93555 anticipates issuing multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a period of 3 years. The scope of the contract includes fabrication, testing, and delivery of high density printed circuit boards (PCBs). Features of the high density PCB's include: (1) High layer count boards, (2) Pin count greater than 500 pins per square inch, (3) Blind and buried vias, (4) Fine pitch Ball Grid Arrays (BGA) (0.5 mm) High pin count BGA (1,764 pins), (5) Differential and controlled impedance, (6) Matched length traces, and (7) Flex Circuits: rigid multilayer and rigid-flex multilayer. The fabrication of the PCBs includes populating the circuit boards with electronic components. The electronic components may be government furnished material (GFM) to the contractor or provided by the contractor for use in population. The electronic components consist of thru-hole, surface mount, BGA, leadless parts, and unique packaging. The contractor shall provide required testing and reporting of the fabricated PCBs and the component population. The contractor shall perform full design rule check (DRC) and design for manufacturing (DFM) on Gerber files provided by the government. The contractor shall be an ISO 9001 registered company, and meet the manufacturing procedures that enable the PCBs to meet the rigorous environmental requirements specified in the statement of work. The contractor shall work closely with NAVAIR WD design engineers and notify them of errors and/or anomalies in the Gerber files. The contractor shall also recommend changes to the Gerber files that fix the errors, anomalies, and/or increases the yield of the PCBs. All changes will be approved by NAVAIR WD engineers before fabrication of the PCBs begins. The contractor will evaluate the impedance of the designed traces, and alert NAVAIR WD if there is difference from the specified impedance. The contractor will test the impedance of the specified traces post fabrication and in circuit. The contractor shall comply with the Mil-P-55110 and Mil-P-50884 specification listed in the SOW. The contractor shall use a process to inspect the circuitry and vias to ensure finished PCB electrical conformity to the Gerber file. The contractor shall use processes that ensure that there is uniformity across PCB panels for both prototype and production PCBs, and provide one or more test coupons on every manufacturing panel. The test coupons shall be thermally stressed, micro-sectioned, impedance tested, and examined for PCB conformity to the Gerber file. Each board delivered shall be accompanied with documentation of both the electrical and mechanical sufficiency of the boards. To maintain the schedule requirements for this project, the manufacturer must be located within 250 miles of China Lake, CA to allow NAVAIR WD engineers to inspect the PCBs, both without and without electronic components, at the manufacturer's facility. The minimum number of PCBs to be procured is 2 with a unit issue of "each" per ID/IQ contract. For any orders in excess of the minimum quantity, each ID/IQ contractor will be given a fair opportunity to be considered. Delivery of all line items will be FOB Destination with the destination and time defined within each delivery order. Award will be issued under the authority of the test program for commercial items (FAR 13.5). The IDIQ contracts will be awarded using a best value analysis with the requirement that contractors meet the minimum specifications as detailed in the solicitation. It is anticipated that the solicitation will be issued on 5 Dec 07, with an anticipated award date of 31 Jan 2008. Once the actual solicitation has been posted, all responsible sources may submit a proposal, which shall be considered by the agency. See Numbered Note 1. The solicitation will be made be available electronically at http://www.fedbizopps.gov. Please submit any question to Eva Woloszynski by email at eva.woloszynski@navy.mil or by mail to Commander Code 210000D, NAVAIR WD, 429 East Bowen Rd Stop 4015, China Lake, CA 93555-6108. NAICS Code = 334418 Place of Performance = N/A Set Aside = Small-business
 
Record
SN01455033-W 20071121/071119225703 (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.