SOLICITATION NOTICE
59 -- ELECTRONIC PACKAGES AND PRINTED CIRCUIT BOARDS
- Notice Date
- 7/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC14520026Q
- Response Due
- 8/1/2014
- Archive Date
- 7/18/2015
- Point of Contact
- Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Ingrid Pace
(Ingrid.Pace-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice 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 only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as Request for Quotations (RFQ) for electronics packages and printed circuit boards (PCBs) for use at high temperatures with the following specifications: 1.0. Contractor shall provide 50 electronics packages, 50 package lids and 50 printed circuit boards (PCBs). 2.0.Packages, lids and PCBs shall be suitable for use at high temperatures (up to 600 degrees Celsius). 3.0.Packages, lids and PCBs shall be based on AdTech high temperature co-fired ceramic (HTCC) 92% alumina and platinum (Pt) metallization. 4.0.The after-fired sheet resistivity of Pt metallization on 92% co-fired alumina shall be less than 50 milliohm per square. 5.0.The binder used in co-fired Pt metallization material shall be alumina based. 6.0. Packages: 6.1. The package dimensions shall be 1.08 inch x1.08 inch and 0.1 inch thick. 6.2. The alumina side wall shall be 0.1 inch thick. 6.3. The Pt metallization pads for wire-bonding shall be located on a surrounding of 40 mil step-down from the top surface of the alumina wall. 6.4. The Pt wire-bonding pads shall be 0.050 inch long and 0.025 inch wide with 0.075 inch spacing evenly situated. 6.5. There shall be a total of 32 bond-pads each package. 6.6. The surface of the valley, another step down of 0.025 inch from the wire-bonding level shall also be metallized with Pt. 6.7. On the bottom side of the package there shall be 32 Pt metallization pads. 6.8. Each pad shall be electrically connected to a corresponding wire-bond pad through micro via of co-fired Pt. 7.0.Lids: 7.1. The package lid shall be 1.08 inch by 1.08 inch, and 0.040 inch thick. 7.2. The construction of the lid shall also be AdTech Ceramic 92% co-fired alumina and Pt metallization. 7.3. The inner surface of the lid towards package shall be metallized with co-fired Pt. 7.4. The lid metallization shall be capable of being connected to one of the metallization pad on the bottom side of the package through Pt vias. 8.0.Printed Circuit Boards: 8.1. The printed circuit board (PCB) shall 2.0 inch x 2.0 inch and 0.025 inch thick. 8.2. The PCB shall also be based on AdTech Ceramic 92% co-fired alumina and platinum (Pt) metallization. The provisions and clauses in the RFQ are those in effect through FAC _2005_- 74. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334419 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within twelve weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business August 1, 2014 to Ingrid Pace (Ingrid.Pace-1@nasa.gov), 21000 Brookpark Road, Mail Stop 60-0, Cleveland, OH 44135, fax (216) 433-5090 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Ingrid Pace (Ingrid.Pace-1@nasa.gov) not later than July 25, 2014. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14520026Q/listing.html)
- Record
- SN03430571-W 20140720/140718235055-c94bde2ed792a6f7a4aef3fec387c482 (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 |