MODIFICATION
59 -- Fabrication of Printed Circuit Assemblies and Cables
- Notice Date
- 8/24/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334412
— Bare Printed Circuit Board 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
- H94003-11-T-1118
- 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
- N/A
- 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 Request for Quote (RFQ) announcement constitutes the solicitation. The NAICS code is 334412 and the size standard for this requirement is 500 employees. The RFQ reference number is H94003-11-T-1118. Quotes shall be valid for a minimum of 60 days. Quotes are due to the DMEA contracting office by 3:00pm (PST) on September 6, 2011 and will be electronically sent by email to Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. The Defense Microelectronics Activity (DMEA) requires the production of three different versions of assembled printed circuit boards (PCBs), hereinafter referred to as printed circuit assemblies (PCA). USB-Omnetics 3-pin male cable assemblies (cables) are also required. As Government Furnished Equipment (GFE) and Government Furnished Information (GFI), the government will provide the Gerber files and any additional data necessary for the contractor to complete the PCB fabrication and one (1) part type, to be used in the assembly of the CS9a PCA. The contractor shall conduct technical interchange meetings (TIMs) as necessary in the performance of this task. The technical interchange meeting with the contractor shall be scheduled when there is need for technical interchange between the government and the contractor. The content of the meeting can include the discussion of any information that will impact task related activities. The contractor shall deliver to the government all residual panels and parts purchased for this project not consumed by the delivered assemblies. Residual PCBs shall remain in panels. The contractor shall fabricate and assemble First Articles (prototypes): 5 each of the 5S5b PCA, 5 each of the CS9a PCA, 5 each of the T&I Switch PCA, and 5 each of the USB-Omnetics cable assembly. Disposition of the First Articles shall be as follows: First Articles shall be provided to the government for inspection and acceptance no later than four (4) weeks after the date of contract award. First Articles shall be shipped to the DMEA Project Engineer address listed in this RFQ. Test Criteria are as follows: acceptance will be based upon a comparison of assembly drawings with the prototype product, including an examination of the electrical properties. SEE First Articles Clause, E-904 FIRST ARTICLE TEST/CERTIFICATION REPORT in the RFQ. For example, acceptance will be based upon dimensions, tolerances, material selection, parts selection, open/shorts inspection, and all other parameters that are part of the drawing package. Approved First Articles will be retained by the Government, and disapproved First Articles will be returned to the contractor for corrective action. Government acceptance or rejection of the First Articles will be in the form of an electronic email letter from the Project Engineer. If the parts are rejected, the Government will provide a detailed explanation. Government acceptance or rejection will be within four (4) weeks after delivery of the First Article parts. Contractor shall deliver corrected prototypes within 3 weeks after rejection of First Article parts. Upon acceptance of the First Article units by the government, the remaining production fabrication of 50 each of the three PCA product types (150 each) and 100 each of the cables shall be manufactured and delivered. SEE SOW 11-1J2 for schedule. The contractor shall procure sufficient components and materials to fabricate a minimum of 55 ea of PCA type 5S5b, 55 ea of PCA type CS9a, 55 ea of PCA type T&I Switch Board, and 105 ea USB-Omnetics Cable Assemblies. For the CS9a PCA, the government will provide as GFE 55 ea parts designated as "S3" to be used in the assembly of PCA CS9a. For both the 5S5b and the Cs9a, U1, the PIC16F886-E/ML will be GFE, quantity of 110 ea. The contractor shall identify a source of supply and purchase all other parts required for the build of the First Articles and production assemblies, as well as sufficient parts to cover scrap, waste, or spoilage during assembly. The contractor shall not make any parts substitution or changes to the PCB layouts without government review and approval. The contactor shall inform the government of problems associated with the drawing package or availability of parts. The contractor shall fabricate and assemble 55 each of the 5S5b PCB, 55 each of the CS9a PCB, and 55 each of the T&I Switch PCB. Initial prototypes shall be a part of these quantities. The contractor shall visually inspect the 165 fabricated PCBs. The contractor shall ensure that the 165 fabricated PCBs to be delivered are free from any visual defects. The contractor shall perform opens and shorts testing on the fabricated PCBs. The contractor shall ensure that the 165 fabricated PCBs to be delivered are free from any opens and shorts. After First Articles acceptance by the government, the contractor shall fabricate and assemble 50 each production units of the 5S5b PCA, shall fabricate and assemble 50 each production units of the CS9a PCA, and shall fabricate and assemble 50 each production units of the T&I Switch PCA. The pick and place files for each PCA shall be updated as necessary. The contractor shall fabricate and assemble 100 each of the USB-Omnetics cable assembly. Cables shall be inspected for opens, shorts, and manufacturing defects. After First Articles acceptance, the contractor shall deliver the 150 assembled PCAs, the residual PCBs in panel form, the updated pick and place file, and the 100 USB-Omnetics Cable Assemblies to the DMEA Project Engineer. The 150 assembled PCAs, the residual PCBs in panel form, the 100 USB-Omnetics Cable Assemblies, and the updated pick and place files shall be delivered no later than six (6) weeks after the First Articles acceptance. Incremental deliveries are acceptable. Any updates to any Gerber Files, BOM, and Assembly Drawings shall be delivered, no later than six (6) weeks after the First Articles acceptance. If First Articles are not accepted by the Government, minimal schedule slippage is acceptable to the Government, consistent with the time needed to correct any discrepancies. The contractor shall submit documentation of successful visual inspections and open & shorts testing of all delivered PCAs and cabling. The government will inspect and test the 150 PCAs and the 100 USB-Omnetics Cable Assemblies. The duration of government inspection and test will be no more than six (6) weeks after receipt of the production assemblies. At the completion of inspection and test, if manufacturing discrepancies are discovered, the government will provide a list of any manufacturing discrepancies. The contractor shall correct the manufacturing discrepancies and deliver the unit(s) to the government within 4 weeks after government return of production units. In the proposal, the contractor will include a description of their technical approach and methodology to meet the requirements of the SOW. The approach shall include but is not limited to how the panel of boards will be populated and disconnected as separate, assembled PCBs. The description for the panelized PCB assembly shall include a methodology and reflow temperature profiles to assure proper solder reflow, electrical reliability, and mechanical reliability between all components on a given board (both SnPb and SAC-305/Pb-free components) and the PCB itself. The contractor shall indicate any aspects of the technical approach that will be subcontracted. The contractor shall list all personnel working on this task under the contractor and sub-contractor if applicable. All personnel working on this task must be ITAR compliant. In the Quote, the Offeror will provide a description of their technical capability. The Offeror will include a description of their technical expertise and capability in the following: ITAR compliant; PCB fabrication and assembly; PCB prototyping/fabrication; Maximum routing layers; Minimum finished board thickness; Minimum trace widths; Minimum via sizes; Minimum/maximum drill aperture; Hidden/blind via capability; Castellation capability; Controlled impedance/dielectric (i.e., 50 traces); Tab routing, V-scoring, etc. capabilities and limits; Available board materials and board finish; Electrical testing; and High density layouts for analog, digital, mixed-signal, and RF designs. Offerors' quotes must meet the delivery schedule in the SOW 11-1J2. Requirements for Quote: the Offerors will describe work of comparable complexity that was done for past projects within the past 3 years related to PCB fabrication. The Offerors will provide a reference for the corresponding past projects described herein. The Offerors will provide the DoD contract number, if applicable. The Offerors technical approach, capability, schedule, and past performance will first be evaluated for acceptability on a pass or fail basis. Quotes passing these factors will then proceed to a best value source selection process where technical approach, capability, and past performance are significantly more important than price when being evaluated. Detailed quote submissions and requirements can be found in the RFQ, statement of work (SOW), appendices and attachments. To request email copies, please contact DMEA contracting office point of contact (POC) Ed Kurjanowicz (916-231-1527) by email at edward.kurjanowicz@dmea.osd.mil. The following FAR and DFARS 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;.52-245-1, Government Property; 52.253-1, Computer Generated Forms; 252.204-7008, Export-Controlled Items; 252.232-9000, Wide Are WorkFlow (WAWF); and other clauses as required in the performance of a government contract. DPAS rating is S10. All emailed documents will be in 12 point Font and Adobe.pdf format. Questions regarding this solicitation should be emailed to the contracting POC, Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-11-T-1118/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02547721-W 20110826/110825000204-6ab5c8e39a896ea1a3deffbbf350a787 (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 |