Custom Instrumentation Fabrication
Custom Instrumentation Fabrication THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market... Custom Instrumentation Fabrication THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Erin Weber, email: erin.k.weber.civ@mail.mil, All responses must be received NLT 3:00 PM local Maryland time on 16 Sept 2019. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website at https://www.fbo.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Purpose: Request for Information - ATC is one of the Department of Defense's (DoD's) foremost test and training ranges supporting DoD, non-DoD and commercial material developers by testing a broad spectrum of equipment throughout the life cycle, from concept through deployment. The intent of this RFI is to gauge industry interest, capabilities, and relevant experience to support ATC's requirement for fabrication of instrumentation systems and components based on the government's Technical Data Package (TDP) containing all information required for the fabrication. Business Size Standard: The North American Industrial Classification System (NAICS) code is 334418 Printed Circuit Assembly (Electronic Assembly) Manufacturing; the small business size standard is 750 employees. Industry Day: This acquisition will not have its own industry day. Estimated Dollar Value: Not to exceed $15M Estimated Period of Performance: Ordering period of three years and two option years with a period of performance of up to seven (7) years Place of Contract Performance: The place of performance will be at the contractor's site. Contract Type: At this time, this requirement is anticipated to be a multiple award task order contract (MATOC) with FFP task orders. Major Support Requirements: The contractor shall fabricate and assemble electronics and components including but not limited to printed circuit boards, wire harnesses, cable assembles based on technical data provided by the Government. The Contractor shall design printed circuit board layouts based on given schematics, requirements, or specifications from the Government to satisfy engineering requirements. The contractor shall integrate electronics including but not limited to printed circuit boards, components, enclosures, wire harnesses, cable assemblies, connectors, processors, memory, power supplies and other hardware, and assembly of these components, based on technical data provided by the Government. The contractor shall be capable of supporting both prototype and low volume production runs with standard and expedited delivery schedules. The Contractor shall provide printed circuit board fabrication with the following capabilities: • Up to 20 Layers • Electroless nickel immersion gold (ENIG) surface finish Layer to Layer Mis-Registration not to exceed .005" • Warpage of board (inch per inch) not to exceed .0075" • Conductive and Non-Conductive Epoxy filled vias Via In Pad Plated Over (VIPPO) Blind and Buried Vias down to .006" • Laser Microvia down to .003" • Down to .003" trace width and .003" trace spacing on internal layers with 1/2oz copper Down to .003" trace width and .003" trace spacing on external layers with 1oz copper Meet Characteristic/Differential Impedance within 10% of stated requirement on traces/pairs Flying probe electric test The Contractor shall provide printed circuit board assembly with the following capabilities: • Turnkey and Partial Turnkey • As small as 0201 passive components • As small as .4mm pitch Ball grid arrays (BGAs) • All BGAs and leadless devices X-Ray inspected Flux residues to be removed from Printed Circuit Assembles The Contractor shall be capable of providing electronic assemblies in accordance with most recent version of Military Standards to include: • MIL-STD-810, Department Of Defense Test Method Standard: Environmental Engineering Considerations And Laboratory Tests • MIL-STD-461, Department Of Defense Interface Standard: Requirements For The Control Of Electromagnetic Interference Characteristics Of Subsystems And Equipment • MIL-STD-464, Department Of Defense Interface Standard: Electromagnetic Environmental Effects, Requirements For Systems • MIL-STD-1472, Military Standard: Human Engineering, Design Criteria For Military Systems, Equipment, And Facilities The contractor shall perform design work in a pre-approved software design application that is compatible with ATC's in-house design package(s). The Contractor shall provide printed circuit board layouts utilizing the most recent release of Altium Designer software or other software approved by the Government. The Contractor shall provide mechanical designs utilizing the most recent release of SolidWorks software or other software approved by the Government. The Contractor is expected to deliver all technical data including all design files, fabrication files, and computer software code for every proposed task order with the appropriate rights to the Government as defined by the FAR and DFARS clauses in the contract. In accordance with these clauses, the Government expects to receive unlimited rights in all technical data and computer software code that is funded under this contract. If the Contractor provides other than unlimited rights to technical data or computer software, then they shall specify what rights the Government is expected to receive in accordance with DFARS clause 252.227-7017 under each task order. If necessary, the Government may be willing to negotiate special negotiated license rights in technical data to be determined under each task order. The Contractor shall be ISO-9001 certified at the time of proposal and maintain certification for the duration of performance on the contract. The Contractor shall be ITAR registered at the time of proposal and through the life of the contract. The contractor shall be capable of producing IPC Class III quality assemblies and address workmanship quality through compliance with the provisions of the IPC-610 (latest version) Class 3 (High Performance Electronic Products) Standard. Request for Information: Please respond to the following in Arial font size 12 in no more than 3 pages in length. 1. Point of Contact Information: a. Company: b. Address: c. Point of Contact: d. Phone Number: e. Fax Number: f. Email Address: g. CAGE Code: 2. Please identify your company's size standard per the primary NAICS code of 334418, Printed Circuit Assembly (Electronic Assembly) Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. For more information on small business, refer to https://www.sba.gov/document/support--table-size-standards. If your company is a small business, indicate whether any of the small business categories below apply: 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 3. If you identify your company as a SB or any of the SB subcategories as stipulated in Question 3, is your company intending to submit a proposal as a prime contractor? 4. Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule. 5. Does your company possess the capabilities to provide the entire range of products and services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide? 6. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: a. Contract number(s). b. Aggregate dollar value of entire contract. c. Aggregate dollar value of task orders as a prime or sub-contractor. d. Number of task orders as the prime or sub-contractor. e. Was this work similar in scope? 7. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. Please provide additional information that you believe we should know about your company in support of this RFI.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »