Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1996 PSA#1547

Naval 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