|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1996 PSA#1547Naval Surface Warfare Center, Crane IN 47522-5001, Code 1164 66 -- INTEGRATE CIRCUIT DECAPSULATOR SOL N00164-96-Q-0204 DUE 040296
POC Contact, Terry Davis, Code 1164EJ, 812/854-3704, Contracting
Officer, Doug McDaniel 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 only solicitation; proposals
are being requested and a written solicitation will not be issued.
Solicitation Numbered N00164-96-Q-0204 is issued as a Request for
Quotation. Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 33 and
Defense Acquisition Circular 91-9. This action is considered a 100%
Small Business Set-Aside in accordance with FAR 19.502-2(a). The
Standard Industrial Code is 3679. The Small Business size standard is
500 employees. This is a Brand Name or Equal requirement for: CLIN 0001
- Plastic Integrated Circuit Decapsulator - 1 each- B&G Enterprise Inc.
Model 250 or equal. If providing other than Brand Name items the
offeror must provide the Manufacturer's Name, Brand, and Model or Part
Number along with a technical description of the items being offered
in sufficient detail to evaluate compliance with the requirements of
this announcement. This may include product literature, or other
documents, if necessary. The Salient Characteristics- General This
specification provides the minimum requirements for a system which will
remove selected areas of encapsulation from plastic integrated circuits
without disturbing the internal contents of the package. The system
will be used exclusively for failure analysis and construction
evaluation of electronic components. The system must be capable of
removing several different types of plastic mold encapsulation. 1.
System shall be capable of using red fuming nitric, white fuming
nitric, or mixed fuming nitric and sulfuric, or sulfuric acids. 2.
Fixturing for all standard plastic device types (PDIP's PLCC's SOIC's,
and PQFP's) shall be included with custom fixturing capabilities
available from the manufacturer. 3. System shall be capable of etching
under pressure in an inert nitrogen atmosphere to reduce metal
oxidation and the production of any harmful fumes. 4. System must have
the following safety features: 1) totally enclosed area where etching
process takes place, 2) auto abort etching process if safety lid is
not properly closed, if nitrogen pressure is too low, or if the device
is not properly installed. 5. System shall have the following
durability characteristics: 1) etcher is encased with an acid-resistant
stainless steel shroud, 2) all components is close contact with etchant
shall be made of teflon and ceramic, 3) a polypropylene bottle holder
to store the fresh acid bottles and the waste bottle. 6. System shall
have programming capabilities which allows regulation of the type of
acid used, etch temperature, heat-up time, etch time, acid volume, and
rinse time. Also, system shall have storage memory for a minimum of
100 different programming sequences. The system etch temperature shall
be programmable with a minimum range of 20 to 250 degrees C with an
accuracy of q3 Degrees C. 7. The external dimensions of the etcher unit
shall be no more than 12''D x 11''W x 10''H. External dimensions for
the programmable controller unit shall be no more than 15''D x 9''W x
5''H. Both the system etcher and system controller shall operate at
115VAC, 60Hz, 4 amp electrical service. 8. The nitrogen requirements
for the system are 10 SLPM maximum at ) 60 PSI. 9. Standard commercial
operating and maintenance manuals shall be included. This is
anticipated to be a Firm Fixed Price contract. The shipping terms will
be F.O.B. Destination, Naval Surface Warfare Center, Crane IN with the
inspection/acceptance at Destination. Delivery will be required within
60 days from contract award. Provisions 52.212-1 Instructions to
Offerors- Commercial 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 (incorporating FAR
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36 Affirmative Action for Handicapped Workers,
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.225-3 Buy American Act- Supplies, 52.225-16 Buy
American Act-Supplies under European Community Agreement certificate,
52.225-17 Buy American Act-Supplies under European Community Agreement,
52.225-18 European Community Sanctions for End Products, 52.225-19
European Community Sanctions for Services, 52.225-21 Buy American
Act-North American Free Trade Agreement Implementation Act- Balance of
Payments Program), also incorporated are DFAR's Clauses 252.211- 7003
Brand Name or Equal, and 252.227-7015 Technical Data-Commercial Items
apply to this acquisitions. The contractor shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranty
is available at no additional cost to the Government. Offerors
responding to this announcement must provide the information contained
in 52.212-1, Instruction to Offerors-Commercial Items and must include
a completed copy of provision 52.212-3, Offeror Representations and
Certifications- Commercial Items. The offeror should also provide its
Commercial and Government Entity (CAGE) code, Contractor Establishment
code (DUNS Number) and Tax Identification Number. If a change occurs
in this requirement, only those offerors that respond to this
announcement within the required timeframe will be provided any
changes/amendments and considered for future discussions and/or award.
The offerors written quote and the above required information must be
received at this office on or before April 2, 1996 at 4:00PM Eastern
Std Time. The individual to contact for information regarding this
requirement is Paul Johnson (812)854-3225 FAX (812)854- 3465. (0066) Loren Data Corp. http://www.ld.com (SYN# 0309 19960307\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|