SOLICITATION NOTICE
59 -- Printed Circuit Card Assemblies IDIQ Contract
- Notice Date
- 5/14/2014
- Notice Type
- Presolicitation
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V14R0028
- Response Due
- 5/29/2014
- Archive Date
- 7/13/2014
- Point of Contact
- Ruth Mecca, 570-615-7432
- E-Mail Address
-
ACC-APG - Tobyhanna
(ruth.c.mecca.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This requirement is for a one (1), five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the manufacturing and assembly of three (3) types of Printed Circuit Card Assemblies. This IDIQ will have a minimum purchase of 500 each and a maximum purchase of 2,000 each over a five (5) year period. Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466-5100 has a requirement for 2,000 each Printed Circuit Card Assemblies to be manufactured and assembled in accordance with Government drawing specifications and electronic files. The contractor shall be responsible for furnishing all labor, engineering, supplies, parts and material to fabricate assembly, finish and test the Printed Circuit Card Assemblies in accordance with Government drawing specification and electronic files and deliver to TYAD, Tobyhanna, PA 18466-5100. The finished product is used in the Joint Precision Air Drop System (JPADS), an air cargo delivery guidance control system. All Circuit Card Assemblies shall be inspected for conformance to the Government drawings. All Printed Circuit Boards (PCBs) shall be tested in accordance with IPC-9252 Class 3 prior to assembly. Circuit Card Assemblies shall meet the requirements of the applicable assembly drawings and IPC-A-610. The Government will perform functional testing on the completed Circuit Card Assemblies. Functional tests on incoming lot shipments will be performed on a sample basis. 100% functional testing will be performed when the CCAs are integrated into the end item assembly. Functional test failures attributed to materials, workmanship or electronic component failure shall be corrected by the contractor through rework or replacement of the failed CCA. CCAs that fail functional testing by the Government will be tagged unserviceable and marked with the appropriate failure description. Unserviceable CCAs will be returned to the contractor for corrective action. Interested vendors will be required in the solicitation to execute and return a Non-Disclosure Agreement and to be ITAR certified in order to be eligible to receive a copy of the Government's technical data package (TDP) for this requirement. The executed Non Disclosure Agreement will be required to be approved for release of the TDP to the intended recipient. The Non-Disclosure Agreement will require two business days to be approved. Interested vendors shall plan accordingly. The solicitation will not be extended due to late requests for the TDP. The Government TDP electronic files will be in RS-274X or GERBER Format. First Article testing by Government shall be required after award. The contractor shall prepare ten (10) of each type of Circuit Card Assembly to be submitted as first article inspection exhibits. The contractor shall submit a report showing the source of material for components used on each assembly with documentation traceable to the manufacturer specified on the engineering drawings. The report can be in spreadsheet form and shall be submitted for each of the three assemblies. After Defense Contract Management Agency inspects the first article exhibits, the contractor shall deliver the ten lots (10) first article exhibits to TYAD. Delivery of first article exhibits is required within 30 days after award. TYAD will inspect the materials for conformance to the drawings and for functional testing in the final assembly guidance and control unit. Production shall commence only after written approval of the first article materials is received by the Government. Upon acceptance of the first article assemblies by the Government, the contractor shall deliver the remaining 490 Circuit Card Assemblies. The contractor shall deliver the first lot of 100 of each of the three circuit card assemblies. The first lot delivery shall be no later than 60 days after approval of the first article exhibits. Subsequent deliveries shall commence 30 days after delivery of the first 100 and continue until the total quantity, excluding first article exhibits, reaches the 500 minimum contract quantity. The contractor shall be capable of maintaining a 100 per month schedule unless otherwise specified in the delivery order or the contract obligation is completed. All deliveries shall be F.O.B. Destination: Tobyhanna Army Depot, Tobyhanna PA 18466-5100. This acquisition is being conducted in accordance with FAR Part 15 - Contracting by Negotiations. The solicitation, Request for Proposal (RFP), W25G1V-14-R-0028, will be issued on or about May 30, 2014. In accordance with FAR 19.502-2(b) (1) this requirement has been designated as a 100% Total Small Business Set-Aside, NAICS code is 334418, 500 Employees; Federal Supply Code (FSC) is 5963. Actual issue and due dates shall be established in the solicitation. All proposals submitted shall require a technical proposal describing the Contractor's capability to manufacture the Circuit Card Assemblies. The contractor shall be required in the technical proposal submitted to provide evidence that a Quality Management System has been established and maintained by the contractor. Evidence in the form of certification by an independent audit in accordance with AS 9104 showing compliance to AS 9100, EN 9100 and JIS Q 9100, Quality Management Systems-Requirements for Aviation, Space and Defense Organizations, will be required for the contractor to be determined eligible for an award. The contractor shall also provide evidence of fabrication and assembly work on Circuit Card Assemblies in accordance with IPC-6012. In addition, recent and relevant past performance for same or similar requirements demonstrating successful performance on previous contracts will be required. Defense Federal Acquisition Regulation Supplement (DFARS) 225.1- Buy American Act-Supplies, applies to this acquisition. DFARS 252.225-7001- Buy American Act and Balance of Payments Program, will be included in the solicitation. The RFP will be available for download on the Federal Business Opportunities (FedBizOpps) page. Vendors requesting an electronic copy may download the RFP on or after the issue date at https://www.fbo.gov/. At Keyword/Solicitation Number, type W25G1V-14-R-0028 and click 'Search'. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is the responsibility of interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal. Any resultant contract will be Firm Fixed-Price, one award. All prospective offerors must be registered in the System for Award Management (SAM) prior to award of contract with any DoD agency and found to be responsible in accordance with FAR Subpart 9.1 - Responsibility of Prospective Contractors. Point of contact is Ms. Ruth C. Mecca, Contract Specialist, ruth.c.mecca.civ@mail.mil, (570)615-7432. This notice does not obligate the Government to award a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bfa5330403e9104041789f1c2325cbaa)
- Place of Performance
- Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN03365580-W 20140516/140514234244-bfa5330403e9104041789f1c2325cbaa (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 |