Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOURCES SOUGHT

A -- SPACE FLIGHT QUALIFIED NEAR INFRARED (NIR) FOCAL PLANE ARRAYS (FPA)

Notice Date
8/13/2003
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
210M-GCM-03-0001
 
Response Due
8/29/2003
 
Archive Date
8/13/2004
 
Point of Contact
Viola M. Compton, Contract Specialist, Phone (301) 286-0689, Fax (310) 286-1720, Email Viola.M.Compton@nasa.gov - Judith M. Jones, Contracting Officer, Phone (301) 286-4241, Fax (301) 286-1720, Email Judith.M.Jones@nasa.gov
 
E-Mail Address
Email your questions to Viola M. Compton
(Viola.M.Compton@nasa.gov)
 
Description
NASA/GSFC requires space flight qualified Near Infrared Spectrometer (NIRSpec) Focal Plane Arrays (FPA) for the James Webb Space Telescope (JWST) Integrated Science Instrument Module (ISIM). Prospective offerors shall notify this office with their Notice of Intent (NOI) to submit a proposal to deliver flight qualified Focal Plane Arrays and other deliverables, as defined in the Deliverables Items List (DIL) and other documents that are attached with this announcement. Prospective offerors shall submit capability statements with the NOI. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. NASA GSFC is providing a draft copy of its "JWST NIRSpec FPA Requirements Document" (in accordance with FAR 15.201) and "JWST NIRSpec FPA Deliverables Items List and Schedule" document to industry for information purposes only. These documents detail the functional, performance, and interface requirements and goals and define all deliverables for this effort. Comments on draft requirements document are not mandatory. The following is a summary of the critical specifications and deliverable schedule (refer to attached documents for complete requirements). CRITICAL SPECIFICATIONS: NUMBER OF FPAs: 1 Flight and 1 Flight Spare; NUMBER OF SCAs: 2 per FPA; SCA FORMAT: Minimum of 2048x2048 pixels, with reference pixels located within or outside of the 2048x2048 field; PIXEL PITCH: 18 - 25 ?m (the range is given to allow some design latitude to the vendor); FILL FACTOR: is greater than or equal to 95% with a Goal of 100%; Operating Wavelength Range: 0.6-5.0 ?m; FPA OPERATING TEMPERATURE: 34 <T < 37 Kelvin; TOTAL NOISE PER PIXEL (Beginning of Mission): <6 e-rms per pixel (Can be achieved using multiple reads over 1000 seconds at FPA Operating Temperature)with a goal of < 2.5 e- rms); TOTAL NOISE PER PIXEL (End of Nominal Mission): <9 e- rms per Pixel (Can be achieved using multiple reads over 1000 seconds at FPA Operating Temperature)(Goal: < 2.5 e- rms); MEAN DARK CURRENT: Dark Counts D shall be <0.025 e-/s at FPA Operating Temperature with a goal of < 0.005 e-/s); MINIMUM DQE, DOM (including A/R Coatings): a) For 0.6 <wavelength <1.0 ?m DQE greater or equal to 70% with a goal of DQE greater or equal to 90% and b) For 1.0 <wavelength <5.0 ?m DQE greater or equal to 80% (includes A/R coatings)with goal of DQE greater than or equal to 95%; MINIMUM DQE, EONM (including A/R Coatings): a) For 0.6 <wavelength 1.0 ?m DQE greater than 55% with goal of DQE greater than or equal to 70% and b) For 1.0 <wavelength <5.0 ?m DQE greater than 65% with goal of DQE greater than or equal to 75%; RESPONSE LINEARITY: Less than or equal to 10% from 0 to 90% of full well with goal of Less than or equal to 1%; PIXEL TO PIXEL NON-UNIFORMITY: Less than or equal to 10% (standard deviation of the response with respect to the mean response, excluding nonoperable pixels) with goal of Less than or equal to 1%. A complete specification is shown in the attached NIRSpec FPA Requirements Document. HARDWARE AND NIRSpec DELIVERABLE SCHEDULES: MUX: 2 each delivered by 6/30/2004; ENG. SCA: 2 each delivered by 6/30/2004; Structural Thermal Model (STM): 1 each 2x1 delivered by 5/15/2005; Engineering Test Unit (ETU) FPA: 2 each 2x1 delivered by 7/30/2005; Flight Unit (FU) FPA: 1 each 2x1 delivered by 9/1/2006; Flight Spare (FS) FPA: 1 each 2x1 deliverd by 9/1/2006; FS SCA: 1 each delivered by 9/1/2006; Prospective offerors having the required specilized capabilities to meet the requirements must submit a capability statement of not more than 25 pages demonstrating their ability to perform all aspects of the effort described herein. The capability statement shall provide evidence of FPA development at a minimum Technology Readiness Level (TRL) of 6. The definitions of TRL levels are as follows: TRL 1: Basic principles observed and reported. TRL 2: Technology concept and/or application formulated. TRL 3: Analytical and experimental critical function and/or characteristic proof-or-concept. TRL 4: Component and/or breadboard validation in laboratory environment. TRL 5: Component and/or breadboard validation in relevant enfironment. TRL 6: Systems/subsystem model or prototype demonstration in a relevant environment (ground or space). TRL 7: System prototype demonstration in a space environment. TRL 8: Actual system completed and "flight qualified" through test and demonstration (ground or space). TRL 9: Actual system "flight proven" through successful mission operations. In addition, prosective offerors may provide any relevant catalogs or other published product literature that may be generally available in hard copy form or on-line. There is no page limit for this information. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information; parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers contract type, dollar value of each procurement, and point of contact - including address and phone number). See Note 25. Technical and procurement related questions should be directed as described below: Technical questions: Sridhar Manthripragada - Address: Mail Stop 553, NASA, GSFC, Detector Systems, Greenbelt, MD 20771; E-Mail: Sridhar.S.Manthripragada@nasa.gov, Phone: (301) 286-3862, Facsimile; (301) 286-1763. Procurement Questions: Judith Jones - Address: Mail Stop 210.M, NASA, GSFC, Mission Enabling Procurement Branch, Greenbelt, MD 20771; E-Mail: Judith.M.Jones@nasa.gov. Furthermore, Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". [INTERNET ONLY (commercial product definition)]. If the requirement is considered to be a commercial-type product, please include information on customary practices regarding customizing, modifying, or tailoring of items to meet customer needs and associated costs. This synopsis is for Information and planning purposes and it is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a)set-asit based on responses hereto. All NOI, capability statements, comments and questions must be submitted to either Mr. Manthripragada or Ms. Jones at the addresses indicated above, no later than August 29, 2003. NASA GSFC will review all responses for possible incorporation into documents, if appropriate, but use of any comments received is at that discretion of NASA. Please reference 210.M-GCM-03-0001 in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#107011)
 
Record
SN00400066-W 20030815/030813214154 (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.