Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609

NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273

36 -- AUTOMATIC PICK AND PLACE ASSEMBLER SOL RFQ-P0OC00018-RJR DUE 060600 POC Roberta J. Ross, Contract Specialist, Phone (661) 276-3143, Fax (661) 276-2904, Email roberta.ross@dfrc.nasa.gov -- James M. Hillman, Contracting Officer, Phone (661) 276-2457, Fax (661) 276-2904, Email jim.hillman@dfrc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFQ-P0OC0 0018-RJR. E-MAIL: Roberta J. Ross, roberta.ross@dfrc.nasa.gov. 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 a Request for Quotation for one (1) each Automatice Pick and Place SMT high precision Assembler with the following specifications: placement rate at least 4000 parts per hour; component range from 0402 to QFP 208; component minimum pitch 0.1mm to 0.5mm; operating system either Windows 98 or Windows NT; tape Feeder must be intelligent (programmable to accept part # and quantity) with low component warning; tape feeder capacity at least 99 each of 8mm feeders and waffle feeder with 10 programmable positions; tape feeders able to handle 8 -- 12 -- 16 -- 24 -- 32 -- 44 -- 56 mm components; bar code reader system; be able to hold boards up to 410mm x 500mm; handle board thickness from 0.5mm to 4.5mm; Belt or auto stick feeders width adjustable; vibrating plate feeder; nozzle magazine with at least 6 nozzles; X-Y axis accuracy between 0.025 to 0.06mm; board fiducial registration system; on the fly dual vision system; off line programming station capabilities; CAD downloading, remote control software, network compatible; and, all technical publications, installation (one day for installation to include hookup of power and air, and operational checkout. Dryden will place machine and provide power and air), and training (not to exceed one week). The provisions and clauses in the RFQ are those in effect through FAC 97-17. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3599 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Dryden Flight Research Center is required within 45 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 3:30 PM PST (Daylight Savings Time) on June 6, 2000 to NASA Dryden Flight Research Center, D1422/Roberta J. Ross, P.O. Box 273, Edwards, CA 93523-0273 or NASA Dryden Flight Research Center, D1422/Roberta J. Ross, Whs 6, Bldg 4876, Edwards, CA 93524 and must include, solicitation number, FOB Destination, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. 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 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-1. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than May 31, 2000. Oral questions not accepted. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price, past performance, and delivery; other critical requirements (i.e., delivery) if so stated in the solicitation will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price, and past performance are essentially equal in importance. 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, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". 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://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1 and B. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/24/00 (D-SN458278). (0145)

Loren Data Corp. http://www.ld.com (SYN# 0343 20000526\36-0004.SOL)


36 - Special Industry Machinery Index Page