Federal Bid

Last Updated on 20 Apr 2009 at 8 AM
Combined Synopsis/Solicitation
Hyattsville Maryland

66--MY9E Pick and Place system

Solicitation ID W911QX09T0048
Posted Date 13 Feb 2009 at 1 PM
Archive Date 20 Apr 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Hyattsville Maryland United states 20783
DRAFT COMBINED SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Class Code: 66
2. NAICS Code: 333298
3. Subject: MY9E Pick and Place system
4. Solicitation Number: W911QX-09-T-0048
5. Set-Aside Code: None
6. Response Date: 19 Feb 2009
7. Place of Performance: US Army Research Laboratory
Aberdeen Proving Ground
APG, MD 21005-5001

8. 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; a written solicitation will not be issued. The solicitation number is W911QX-09-T-0048. This acquisition is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five (5) days after date of publication of this synopisis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This acquisition is a sole source to is Mydata Automation, Inc, 320 Newburyport Turnpike, Rowley MA 01969-2002 in accordance with FAR 6.302-1. The associated NAICS code is 333298. Place of Performance: US Army, Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197 and as outlined in the Description of requirements.

9. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 MY9E Pick and Place system, 1 EA , CLIN 0002
MY500 solder paste printer, 1 EA

10. Description of requirements:
Solder Paste Printer Specifications

The machine shall not use stencils. It shall print individual dots of solder like an ink jet printer.
Must be able to print dots as small as 0.33 mm (0.013)
Must be able to print varying thicknesses of paste to account for different component requirements.
Must be able to handle double sided boards.
Dot placement accuracy must be 85 um or better.
Dot placement repeatability must be 60 um or better.
Must do auto inspection and repair if there is paste missing on a pad.
Must be able to import Gerber files as well as CAD files for board layout.
Must use board fiducials for alignment and to account for board stretch.
Solder paste must be maintained at the optimum temperature for accuracy.
Machine must automatically recognize which solder paste cassette is installed and adjust machine parameters accordingly.
Pick and Place Machine Specifications

Must be able to handle a component range from 01005 resistors to 2.2 square including micro-BGA, QFP, surface mount connectors and other odd shaped components.
Repeatability must be 25 um at 3 Sigma (per IPC9850) or better.
Must be able to handle 8 mm, 12 mm, and 16 mm tape both on reels and in cut tape.
Tape feeders should only require 2 cm or less of leader to load the tape.
Must handle components in JEDEC trays and tubes.
Machine shall accept at least 96 8 mm feeders.
Load time per feeder must be 30 seconds or less.
Components must be tracked by feeder ID not location on the machine.
Tube feeders must use a closed loop linear drive system to advance the components.
If a feeder runs out of a component, the machine should continue placing the rest of the components while the operator reloads the feeder.
Must use a Z-axis servo control system to ensure the correct mounting pressure is used when placing parts.
Must be able to electrically test resistors, capacitors, diodes and transistors on the fly with no degradation in speed.
Must use a vision system to create new package data.
Must use vision recognition for package alignment.
The machine must monitor and correct pick positions to reduce pick errors.
Must use a bar coding system to associate components to feeders for inventory control.

12. The Contractor shall deliver deliver (10) weeks after award of purchase order. Acceptance shall be performed at Army Research Laboratory, : Shipping & Receiving bldg 434, Aberdeen Proving Ground, APG MD 21005-500 by a Government Representative.

13. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None
14. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222.26, 52.222.35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.225-7001, 252.247-7023. Clauses and provisions can be obtained at http://www.arnet.gov.

15. The following additional contract requirement(s) or terms and conditions apply: 52.004-4409;
52.004-4411; 52.016-4407; 52.032-4418; 52.032-4431; 52.005-4401; 52.011-4401; AMC Level Protest Program (APR 2006), US Army Research Development and Engineering Command Acquisition Center, RDECOM Adelphi Contracting Division Website. Provisions can be obtained by contacting the Procurement Technican, Nate Billups at: [email protected].

16. The following notes apply to this announcement: None.

17. Offers are due on 6 Feb 19, by 3:00 pm, Eastern Standard time, via email to [email protected]. For information regarding this solicitation, please contact Nate Billups, Procurement Technicion, 301-394-3165, [email protected].
Bid Protests Not Available

Similar Past Bids

Hyattsville Maryland 09 Apr 2008 at 4 AM
Hyattsville Maryland 20 Nov 2007 at 5 AM
Hyattsville Maryland 20 Mar 2009 at 12 PM
Hyattsville Maryland 23 Aug 2007 at 4 AM
Aberdeen proving ground Maryland 27 Aug 2008 at 1 PM

Similar Opportunities

Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)