Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOURCES SOUGHT

A -- Mixed Signal Electronics Technology for Space

Notice Date
4/17/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PRDA-PKV-02-07
 
Response Due
5/20/2002
 
Archive Date
6/4/2002
 
Point of Contact
Brenda Brummer, Contract Specialist, Phone 505 846 4900, Fax 505 846 7049, - Jayne Faris, Contracting Officer, Phone 505 846 5935, Fax 505 846 7049,
 
E-Mail Address
Brenda.Brummer@Kirtland.af.mil, Jayne.Faris@Kirtland.af.mil
 
Description
Department of the Air Force, Air Force Materiel Command, AFRL - PRS Space Vehicles Directorate, 2251 Maxwell St SE, Kirtland AFB NM 87117-5773 Description. A. INTRODUCTION: The purpose of this effort is to stimulate development of analog and mixed-signal electronics technology for communications and other missions in space. The total program budget for the effort is approximately $1.1M over one year. This PRDA will remain open 30 days after date of publication. B. This technical effort anticipates development of two or more of the following areas: (1) System Circuit Modeling for Very Large-Scale Integrated (VLSI) Circuit Implementations: Develop radiation-hard silicon-on-insulator (SOI) transistor and passive element models suitable for radio frequency (RF) and communication circuit simulations. Identify optimal simulation tools and design methodologies within the computer-aided design framework. (2) Standard Cell/Topologies in radiation-hard SOI: Develop radiation-hard SOI analog or mixed signal sub-circuits and architectures for RF, communication, and signal processing applications. (3) Reconfigurable mixed signal electronics: Develop radiation-hard SOI analog or mixed-signal sub-circuits or architectures capable of adapting to changing applications. (4) System-On-a-Chip: Develop integrated simulation tools with the ability to model mixed mode RF/communication of entire Systems-On-a-Chip. Identify cost-effective packaging concepts for systems-on-a-chip. (5) Predictive Radiation Effects Models: Develop predictive models for total dose and single event effects in analog/microwave circuits. Integrate radiation-hardening models to allow rapid trade-off between cost, electrical performance and hardening. (6) Ultra low-power technologies: Develop analog and mixed signal ultra-low power applications (i.e. body or substrate bias) reminiscent of emerging digital technology. Research teams addressing two or more of these areas should consist of U.S. university faculty and students, in partnership with active U.S. industrial manufacturers of radiation-hardened integrated circuits (manufacturers who currently have radiation-hardened circuits commercially available). Proposals need not address specific research plans for every one of the six areas above, but rather should define an organizational framework through which specific research projects can be later formulated in two or more of the areas by academic-industry teams, and then evaluated and selected by industry experts and AFRL. A single award will be made to the industry/university team with the best proposal, but the team may be composed of more than one university member and more than one commercial manufacturer of radiation-hardened integrated circuits. Work performed under any resulting agreement/contract may be classified up to the Secret Level. The DD254 is available at www.eps.gov. The contractor who is selected for an award under this PRDA may be required, and then must be eligible to obtain, a Secret facility clearance. Technical point of contact: AFRL/VSSE, Capt Joseph W. Tringe, 505-846-4049, fax 505-846-2290, email: joseph.tringe@kirtland.af.mil. Evaluators may contact an offeror to clarify a point of information before completing the evaluation. Open communication with the technical POC is encouraged until proposals are received. C. PROPOSAL PREPARATION INSTRUCTIONS: Proposals shall be due 30 days from the date of publication. (1) TECHNICAL PROPOSAL: shall address the following sections: (a) Executive Summary, (b) Program Description, (c) Program Plan, (d) Contractor Statement of Work (CSOW) and Milestone Chart, (e) Facilities and Equipment description, (f) Description of Relevant Prior Work, (g) Management Plan, and (h) Resumes of Key Individuals. The following information describes what should be addressed in the technical proposal. Section (a) Executive Summary: Describe the proposed program, objectives, and approach. The information should be detailed and provide sufficient information regarding the organizational framework through which specific research projects will be formulated by academic-industry teams, subject to subsequent evaluation and selection by industry experts and AFRL. Section (b) Program Description: Describe the ideas which are going to be addressed in this proposal, how these ideas are innovative and to what degree they advance the state-of-the-art, and how this will be beneficial to the Air Force in terms of new and innovative technologies. Section (c) Program Plan: Describe the general approach planned and how the plan will be executed. This section should include all technical aspects and how the approach will be executed to come to a solution of the task areas. Section (d) Statement of Work and Milestone Chart Description: Include a Statement of Work detailing the technical tasks to be accomplished under the proposed effort and to be suitable for agreement/contract incorporation (no proprietary legends). Section (e) Facilities and Equipment Description: Describe the facilities which can be used in terms of security classification levels, computational systems, testing facilities, and any specialized equipment, especially fabrication facilities for radiation-hard microelectronic circuits. Section (f) Description of Relevant Prior Work: Include a short representative list of both in-house efforts funded by internal research funds and contracts funded by others. Include a list of the principal investigator, title of effort, agreement/contract number, brief summary of results, and a technical and contracting point-of-contact, including phone numbers, with the funding organization. Section (g) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. The technical proposal shall not exceed 30 pages, not including resumes: 12 pitch or larger type, double-spaced, 8.5 by 11 inch pages. The page limitation includes all information i.e., indices, photographs, foldouts, appendices, attachments, resumes etc. Use at least 1-inch margins on top and bottom and 1 inch side margins. The binding shall not impair legibility. Both sides of paper may be used. Each printed side of an 8? x 11 sheet counts as a page. Foldouts printed on one side only will be counted as 2 pages. Blank pages, title pages, table of contents, lists of figures, lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. The Government will only read and evaluate proposals up to the page limitation. Pages over the page limitation will be removed prior to evaluation. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 characters per inch). A ten-point proportional serif font is acceptable, in which case, characters per inch measurement does not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. (2) COST PROPOSAL: Cost proposals should be prepared with appropriate instructions located at www.eps.gov under this PRDA. The cost information, other than cost or pricing data, requested therein is necessary for the government to perform a cost realism analysis. (3) GENERAL: Data deliverables, including a semi-annual status report and a final report, shall be proposed that will adequately provide the government with sufficient information to ascertain the effectiveness of the offeror?s performance. Though they need not be defined in detail in the proposal, some incidental hardware deliverables (prototype advanced analog or mixed-signals circuits) shall be provided to AFRL for radiation testing at the conclusion of the one-year effort. These circuits shallbe designed such that radiation testing is feasible. Offerors shall include a brief, general description of incidental prototype hardware deliverables in the CSOW. Proposals shall be submitted in original and two copies with the original being clearly marked in such a manner as to distinguish it from the copies. Proposals shall be submitted to Det 8 AFRL/PKVE, Attn: Maj Jayne Faris, 2251 Maxwell Ave SE, Building 424, Kirtland AFB, NM 87117-5773. Proposals submitted by fax or e-mail will not be considered for award. Do not send proposals to any other address or they may not be considered for award. Submit Technical and Cost proposals in separate volumes. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the above PRDA number and include a contractor unique proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting agreement/contract or to any other contract. However, it may be an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. The Government reserves the right to award either a contract, grant or cooperative agreement best suited to the nature of the research proposed, but anticipates awarding an assistance instrument, cooperative agreement pursuant to 10 U.S.C. 2358. The offeror shall include his recommendation and rationale for the type of instrument proposed in the cost proposal, and should use the appropriate cost proposal instructions (assistance or FAR contract) for the nature of the R&D proposed. Note that the Department of Defense Grant and Agreement Regulations (DoDGAR's) and not the FAR govern use of assistance instruments, and that cooperative agreements are generally awarded to universities and non-profits, but may be awarded to commercial firms (prime contractors) willing to forego profit. Proposals are to be submitted within 30 days after the publication of this synopsis. Foreign owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal, to determine whether there are restrictions on receiving an award. It is anticipated that contractors may have access to or may generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, in these cases, offeror's will need to be certified by the Defense Logistics Information Services (DLIS) prior to submitting offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084 (1 (800) 352-3572) http://www.dlis.dla.mil/CCAL/ for further information on certification and the approval process. The offeror is required to either submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. All DOE Federally Funded Research and Development Centers (FFRDCs) and DOD FFRDCs C3I Lab, Lincoln Laboratory or Software Engineering Institute may submit proposals in response to this solicitation/announcement. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in its proposal that research is within the purpose, mission, general scope of effort, or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the government. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). The agreement/contract award is anticipated to be unclassified. For the purposes of this PRDA the business size standard is 1000 employees, NAICS 541710. All firms submitting responses must reference this announcement and indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman-owned business, a hub-zone certified small business, a historically black college or university, or a minority institution. D. BASIS FOR AWARD: Evaluation will be in accordance with AFMC FARS 5335.016-90. Technical proposals will be evaluated using the following factors in descending order of importance based on scientific peer review: (a) overall technical and/or scientific merit of the proposed effort (b) capabilities (including facilities and equipment) and related experience, and (c) affordability. No further evaluation criteria will be used in selecting the proposals. When requested, a debriefing will be provided IAW FAR 15.505 and 15.506. E. ADDITIONAL INFORMATION: This PRDA will be posted at www.eps.gov, USAF, HQ AFMC, Phillips Research Site, Space Vehicles. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at Phillips Research Site is Mr. Eugene C. DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell St SE, Kirtland AFB NM 87117-5773; (505) 846-4979. Please direct any questions about this synopsis to the Contracting Officer, Maj Jayne Faris at (505) 846-6188, e-mail: jayne.faris@kirtland.af.mil; or refer technical concerns to the Project Manager, Capt Joseph Tringe, at (505) 846-4049, e-mail: joseph.tringe@kirtland.af.mil.
 
Record
SN00061370-W 20020419/020417213253 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.