Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOURCES SOUGHT

99 -- MH-53 Boards Reverse Engineer Source Data - DRAFT RFQ Combined Synopsis

Notice Date
3/10/2016
 
Notice Type
Sources Sought
 
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
HQ0727-15-Q-AF02
 
Archive Date
3/22/2016
 
Point of Contact
Ana R. Fragoso, Phone: 9162311583
 
E-Mail Address
ana.fragoso@dmea.osd.mil
(ana.fragoso@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOW DRAFT RFQ Combined Synopsis The Defense Microelectronics Activity (DMEA), McClellan, CA is issuing this Sources Sought Notice to find potential sources to reverse engineer boards and result in the generation of source data that will allow the reproduction of seven boards for the MH-53 helicopter. See DRAFT Combined Synopsis/Solicitation and DRAFT Statement of Work. Please note that the Government reserves the right to cancel the proposed solicitation at any time; the Government will not reimburse any costs for Offeror responses to this notice or proposal preparation costs. In the reverse engineering process no damage can occur that would render the boards inoperable. All boards are approximately 6.75 inches by 10.25 inches in size. All boards have through-hole electronic components on the top side. There are no components on the underside of the boards. The number of layers of each board is not known. DMEA will provide the boards to be reverse engineered with conformal coating removed from the non-component side. In the reverse engineering process no damage can occur that would render the boards inoperable. No components can be removed and replaced. Any modification to the boards requires government approval. At the completion of this task the contractor shall return the boards back to the government. For each board, the contractor shall deliver to the government the following in editable electronic format: a. Schematic diagram - OrCAD version 16.0 and 16.6 b. Bill of Materials - MS Excel 2010 c. Netlist - ACCEL format d. Layout - *.nod and *.dxf format Industry responses to this notice will assist the Government in determining the appropriate acquisition method, and will provide the Government information about the availability of qualified companies technically capable of meeting the requirement. Information received in response to this notice will also help the Government determine whether a small business set- aside is possible. All businesses are invited to respond to this notice. The North American Industry Classification System (NAICS) 334412 with a size standard of 500 employees. Any organization responding to this Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Interested vendors are instructed to provide only the data requested in this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback to respondents with respect to information submitted. After reviewing responses received, a synopsis, a pre-solicitation notice or solicitation may be published to the GPE, Federal Business Opportunities website. Changes are likely to be made in any resulting solicitation. No proprietary, classified, confidential, or sensitive information should be included in responses. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is not a request for quote (RFQ) or a request for proposal (RFP), and responses will not be considered as proposals or quotes. The Government will not pay for any cost incurred in responding to this Notice. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary. The information submitted in response to this Notice will not be utilized to determine vendor standing in any future or potential RFP or RFQ, whether a vendor is qualified to submit an RFQ or RFP for any future requirement or how well respondents can perform a requirement, which can only be evaluated in response to a solicitation. Vendors will not receive formal notification or feedback on any information submitted in response to this Sources Sought notice. The Government reserves the right to reject, in whole or in part, any response to this notice. Any future submissions in response to a solicitation to the Government Point of Entry (GPE) will be evaluated independent of any information submitted in response to this Notice. Responses to this Sources Sought will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. The Government will not provide potential vendors information on solicitations issued on the GPE based on this Sources Sought notice. Responses & Capability Statement: Vendors having the ability to provide the requirements are encouraged to submit a statement, not to exceed three pages, documenting their capabilities of meeting all of the requirements listed above and in the DRAFT Combined Synopsis/Solicitation and DRAFT Statement of Work. Include recent corporate experience in fulfilling this type of requirement as well as the following: a. Company name, address and URL(s), b. Point of Contact (POC) name, telephone number and email address, c. Organizational Commercial and Government Entity (CAGE) code, d. Organizational DUNS number, e. Business size status for the applicable NAICS code, f. Provide the names of companies or agencies for which you performed a similar task where in the reverse engineering process, no damage occured that rendered the boards inoperable, g. Identify the typical lead-time in meeting the requirement. Submission deadline date is March 21, 2016 at 7:00 a.m. Pacific Daylight Time (PDT). Send electronic responses to this notice to: fragoso@dmea.osd.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-15-Q-AF02/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN04046975-W 20160312/160311000406-ca6b5b3de13b073bd503b59c071e4d0a (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.