Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

59 -- X-Ray Inspection System with Computer Tomography for Printed Circuit Boards and Semiconductors

Notice Date
7/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus 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
H94003-10-R-5619
 
Point of Contact
Colten J, Murray, Phone: 9162311517, Linda Baustian, Phone: 9162311658
 
E-Mail Address
murray@dmea.osd.mil, baustian@dmea.osd.mil
(murray@dmea.osd.mil, baustian@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
This 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 announcement constitutes the solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. The NAICS Code is 334517 with a size standard of 500 employees. The reference number is H94003-10-R-5619. The place of performance and delivery is Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652. The contractor shall provide an x-ray inspection system fitted with computer tomography. This equipment must conform to the following salient characteristics: 01) Submicron spot size with feature recognition of 0.100 um. 02) Minimum board size of 14" x 14". 03) Minimum inspection area up to 12" by 12". 04) Image analysis and measurement software. 05) System (geometric) magnification at least 1,500X. 06) Must be capable of sub-micron spot size throughout the power range. 07) X-ray image capability at oblique angles. 08) X,Y, and Z movement sample manipulator and basic sample tray. 09) At least 2 Mega Pixel Digital Camera. 10) Data output to a network capable integral control PC. 11) Active X-ray Image Stabilization to include self leveling air-suspension anti-vibration system providing external vibration down to 4 Hz. 12) Operator interface/system control via mouse with "point and click" operation. 13) Step and repeat programming via memorization macros. 14) Automated/manual void identification and measurement. 15)Automated open joint identification. 16) Automated/manual die attach/area void percentage calculation. 17) Barrel fill calculation capability. 18) Automated/manual wire sweep calculation capability. 19) Distance measurement capability. 20) At least 16 bit imaging processing delivery 65,000 grayscale level. 21) At least 2 Megapixels enhanced resolution x-ray images. 22) Live image capture at 20 frames per second or better. 23) Lead shielded system safety cabinet with lead-glass view window in sample door with x-ray leakage no more than 1 uSv/hour (0.1 millirems/hour). 24) At a minimum, provide a Pentium IV 3.0 GHz PC with at least 1 GB of RAM and at least 80 GB of Hard Disk Drive, DVD/CDRW Drive. 25) Digital graphics card with at least 128 MB of memory. 26) Must have network capability. 27) The PC must have Windows XP or Windows 7 operating systems. 28) Must provide a 20" or larger digital color flat panel LCD monitor (digital video interface). 29) Provide an x-ray tube maintenance kit. 30) Provide a fitted computer tomography with the following features at a minimum: easy change from 2D to 3D, high resolution construction, dedicated image hardware to allow real-time manipulation of reconstructed models, quick view for computer tomography, simple CT scanning and visualization software, full and sub-volume reconstructions, real time CT model manipulation, movie generation, measurement functions, and precise sample rotation. 31) Maximum size of the machine is 82" Height x 60" Width x 76" Depth. The contractor shall be responsible for the equipment, installation, and training. The contractor shall provide on-site hardware and software warranties for a period of 1 year for the items identified in this solicitation. Warranty shall include repair/replacement for: a) Defects in materials and workmanship b) Dust, internal overheating, internal humidity/condensation c) Power surge/fluctuations and d) Software deficiencies. The contractor is required to provide a twenty-four (24) hour advance notification prior to conducting any on-site inspection, installation or maintenance for security purposes. All installation and maintenance work shall be performed by US citizens. 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 into either location. FOB point is Destination. The Service Contract applies to this solicitation and the Wage Determination information will be included as an attachment with the RFP package. Award will be made to the lowest responsive, responsible offer submitted in response to this requirement. The following FAR clauses apply: 52.212-1, Instructions to Offerors - Commercial; 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; 52.252-1, Solicitation Provisions Incorporated by Reference. DFARS clause 252.212-7001, Contract Terms and Conditions requires to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. DPAS Rating is C9E. For a complete copy of the Statement of Work (SOW) and a Request for Proposal (RFP) please email Linda Baustian at baustian@dmea.osd.mil. Offers shall be received in DMEA by 4:00pm (PST) 09 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-10-R-5619/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN02199082-W 20100710/100708234715-df5bb69b6ba8af8990d5e63c0116bb1f (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.