The RFP Database
New business relationships start here

Comprehensive Low Temperature Bench Top System


Georgia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

Comprehensive Low Temperature Bench Top System


 


SOLICITATION F3QCCM8226A101 is issued as a request for quotation (RFQ)

 

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 solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCM8226A101.  This requirement will be solicited under Other Than Full and Open: Brand Name. 

 

This is a Single Source/Brand Name requirement to:





Zephyrtronics (A division of JTI)

Jacks' Technologies & Industries, Inc. (JTI)

DBA: JTI

225 N. Palomares Street

Pomona, CA 91767

CAGE: 1LYE0

NAICS: 333992

Business Type: Small Business

 





SMALL BUSINESS SIZE STANDARD

•(a)   NAICS:  333992

•(b)   No. of Employees: 1,250

 

 REQUIREMENT:

 

The Contractor shall provide one (1) Zephyrtronics comprehensive low temperature bench top system. The Contractor shall provide the following items as part of the 3LMZT-7-BGA:

 





Part Number



Description



Quantity






ZT-7-MIL




BGA, SMD, QFN & Thru-Hole Rework Station



1






ZT-1-BGS-DPU




AirBathTM, Big Grid Series, Digital With 50CFM Patent Protected



1






ABC-1-Q




Adjustable Board Cradle QuatroTM Open Frame / Flat Top PCB Holding Fixture



1






ZT-2-MIL




AirPencil, Hot Air Pin Point SMT Soldering System Including Hot Air Pencil Base and Light Weight 24 Volt Handpiece/Pencil 1 of the ZT-2-002 Popular Oval AirTip, Stainless Steel 2 SMT Tweezers, Stainless Steel



1






ZT-2-TIP PAK




AirTipsTM, Stainless Steel for ZT-2-MIL AirPencil Set of 4 Includes: 1 of the ZT-2-003 AirTip, Round; 1 of the ZT-2-004 AirTip, Angled 1 of the ZT-2-005 AirTip, Fine/Jet; 1 of the ZT-2-006 AirTip, Fan



1






ZT-3-MIL




AirPick, SMD Vacuum Handling/Lifting System Including: 4 ESD Suction Cups & Probes, (3/32", 1/8", 1/4", 3/8") ZT-3-003, ZT-3-004, ZT-3005, ZT-3006 ESD Suction Cups



1






LMK-3000




SMT & Thru-Hole Benchtop Kit "Blue Print for the Bench"TM Storage Case


1 of the LMS-0975 LOWMELT® DeSolder for SMD Removal (975 cm /32 ft)


1 of the SPE-0012 ZeroLead® Solder Paste, No Clean (12 gr/) 10cc Syringe


2 of the NCF-0014 Flux, No Clean WideMouthTM Jars of (14 grams /0.5 oz)


1 of the NFR-0056 Flux Remover, (2 oz)


1 of the PPP-2000 Power Palm Plunger for 10cc Syringe


3 Dispensing Tips (18,20, & 22 Gage) ZT-5118, ZT-5120, ZT-5122


1 of the DSP-2000 Desoldering Pump / Solder Sucker, Compact Size


1 of the SDP-1111 SMD &BGA Probe Set (4 Stainless Steel)


1 of the ZT-2-025 SMT Tweezers with Adjustable Magnifier (4X), Stainless


1 of the VJL-018 Jewelers Loupe, Chrome Plated (10X Magnifier in 21mm


2 of the WIK-0152 Desoldering Braid/Wick (5 Feet / 1.2 Meters)


30 Foam Swabs, Anti-Static (Large and Small)



1






ZT-4-MIL




Fume Extraction System 60,000 hours of Fan Life, Extra Quiet Ball Bearing Design



1






ZT-5100




Automatic Dispenser with Auto/Manual Modes, Foot Pedal & All Accessories



1






Warranty




The Contractor shall provide a full one-year limited warranty on all equipment.



 





 

Delivery:  45 days After Receipt of Order (ARO)

 

Price(s) should be FOB Destination (Robins AFB GA 31098).  In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number.  
 
Quotations should be emailed to Tonishia Bedford-Smith (Tonishia.Bedford-Smith@us.af.mil) and Lindsey Jordan (Lindsey.Jordan.1@us.af.mil) no later than Friday, 9 November 2018, 1:00 pm EST. The anticipated award date is 20 December 2018. Please do not request award status prior to this date.

 

Manufacturer:  Zephyrtronics (A division of JTI) Jacks' Technologies & Industries, Inc. (JTI)

 


Justification for Sole Source Only:


 


The Zephyrtronics 3LMZT-7-BGA uses a patented airbath system that is crucial for heat sensitive components. The hot plates and infrared preheaters used on other manufacturer's reflow stations are not recommended for the type of rework and prototyping the 579th performs in the lab because of the possibility of thermal shock and printed circuit board fracturing that other manufacturer's higher temperature board preheating systems can cause. Zephyrtronics airbath convective bottom-side low temperature pre-heating system eliminates thermal shock and fracturing damage. The Zephyrtronics airbath system uses forced convection that completely disregards the topography (or bottomography) of a printed circuit board (PCB), allowing immediate, direct access of the warm air into all areas of the PCB assemblies that is crucial for total coverage of solder flow. This ensures that thermal reaction times, energy transfer rates and efficiency are consistent for the 579th PCB rework and prototyping requirements. The result is a higher level of quality assurance and customer confidence for critical warfighter components. To qualify another manufacturer's system to meet the same requirements as the 3LMZT-7-BGA could potentially take 1-2 years at exceptionally high costs.


 


Zephyrtronics is the original equipment manufacturer (OEM) and developer of the 3LMZT-7-BGA comprehensive low temperature bench top system and does not authorize any third-party resellers for the system.


 

The following clauses are applicable to subject solicitation (current through FAC 2005-100 dated 22 August 2018 and DFARS Change Notice DPN 20181001):

 

FAR 52.204-7   System for Award management    

FAR 52.204-13 System for Award Management Maintenance

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

FAR 52.209-2   Prohibition on Contracting with Inverted Domestic Corporations--Representations

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1   Instructions to Offerors

FAR 52.212-4  Contract Terms and Conditions - Commercial Items

FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for

FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.247-34  FOB Destination

FAR 52.252-1  Solicitation Provisions Incorporated by Reference

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

 

http://farsite.hill.af.mil/vmfara.htm


http://farsite.hill.af.mil/vmdfara.htm


http://farsite.hill.af.mil/vmaffara.htm


FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation


(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference:  fill-in:  www.farsite.hill.af.mil

DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.211-7003 Item Unique Identification and Valuation. 1st fill in:

DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items

DFARS 252.225-7001 Buy American Act and Balance of Payments Program

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.)

DFARS 252.232-7010 Levies on Contract Payments

AFFARS 5352.201-9101 Ombudsman Mr. Timothy Inman (timothy.inman@us.af.mil)

 

IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov.


52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018)


(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.


(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.


(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.


(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.


(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-


(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).


(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).


(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.


(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).


(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).


(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).


(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).


(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.


(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).


(xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).


(xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).


(xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).


(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).


(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).


(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).


(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).


(B) Alternate I (JAN 2017) of 52.224-3.


(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.


(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.


(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

 (End of Clause)

52.209-11  Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)

 

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--

   

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

   

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

    

(b) The Offeror represents that--

   

(1) It is [      ] is not [      ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

 

(2) It is [      ] is not [      ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

 

(End of provision)

 

Exhibit/Attachment Table of Contents:

 





DOCUMENT TYPE



DESCRIPTION



PAGES



DATE





Attachment 1



Purchase Description



2



2 Aug 18





Attachment 2



Sole Source Justification



4



4 Oct 18





 


Tonishia Bedford Smith, Contract Specialist, Phone 4789265126, Email tonishia.bedford-smith@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP