Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

A -- Request for Information (RFI) on Ultra-Sensitive Detectors and Advanced Diagnostics

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/TMK, 1350 Wyoming Blvd SE, Bldg 20200, Kirtland, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
Reference-Number-BAA-AL-2005-01
 
Response Due
10/1/2004
 
Archive Date
1/15/2005
 
Description
Request for Information Ultra-Sensitive Detectors and Advanced Diagnostics ___________ THIS DOCUMENT IS A REQUEST FOR INFORMATION (RFI) ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION RECEIVED EXCEPT AS AN ALLOWABLE COST UNDER OTHER CONTRACTS AS PROVIDED IN FAR 31.205-18, BID AND PROPOSAL COSTS. BASED ON THE RESULTS OF THIS RFI, THE GOVERNMENT DOES INTEND TO SUBMIT A BROAD AGENCY ANNOUNCEMENT, BAA AL-2005-01, REQUESTING PROPOSALS UNDER THE SAID TOPICS. ___________DO NOT PREPARE OR SUBMIT PROPOSALS IN RESPONSE TO THIS RFI. THE PURPOSE OF THE RFI IS TO RECEIVE INPUT FROM INDUSTRY ON THE FOLLOWING TECHNICAL REQUIREMENTS. TECHNICAL QUESTIONS AND SUGGESTIONS SHOULD BE ADDRESSED TO THE TECHNICAL POCs FOR EACH AREA LISTED BELOW. SPECIFIC QUESTIONS ARE LISTED AT THE END OF THE DOCUMENT. RESPONSES TO THIS RFI ARE DUE BY 1 OCTOBER 2004. SEND RESPONSES TO CAPT DAX PRESUTO, MDA/ALK, 1350 WYOMING BLVD SE, BLD 20200, KIRTLAND AFB, NM 87117-5536 OR DAX.PRESUTO@KIRTLAND.AF.MIL. ___________ CONTACTS Technical questions, comments, or suggestions regarding the Ultra-Sensitive Detectors project should be directed to Dr. Jim Riker, AFRL/DE, at 808-875-4500 or jim.riker@maui.afmc.af.mil. ___________ Technical questions, comments, or suggestions regarding the Advanced Diagnostics project should be directed to 1Lt Heather Pietrzyk, MDA/ALD, at 505-853-3779 or heather.pietrzyk@kirtland.af.mil. __________ Contracting questions or if you would like to request a Word document of this RFI should be directed to Capt. Dax Presuto, MDA/ALK, at 505-846-0758 or dax.presuto@kirtland.af.mil. ___________ RFI TECHNICAL INFORMATION:Ultra-Sensitive Detectors___________ A. PROGRAM DESCRIPTION A. INTRODUCTION __________ The Department Of Defense (DOD) is interested in receiving proposals for very high frame rate, high bandwidth, low noise detection systems for applications in laser ranging and detection. The delivered system will consist of a detector, associated electronics needed to amplify and digitize the detector signal, cooling hardware, and documentation. The program will consist of three possibly overlapping phases for a total of 36 months: ____________ Phase 1 will span 12 months, and contractors are encouraged to demonstrate key elements of their technical approach such as system gain or read out noise that contributes to their system?s high sensitivity. This elemental performance should be combined with detailed modeling to illustrate the contractor?s technical approach will meet the program?s detection goals. We would expect that a phase-ending CDR would produce a camera design that the contractor expects could meet the specification goals. ____________ Phase 2 will cover fabrication of the detector and multiplexer units into a hybridized detection system in 18 months. ____________ Phase 3 will cover final design documentation, integration, testing and delivery within a 6-month period to a Government facility of the complete detection system that meets all technical performance listed herein. ___________ The Government anticipates awarding at most two contracts for this effort during phase 1, with a down select for phase 2 and 3. The anticipated magnitude of effort for this project is approximately $2.5M per year over 3 years but this amount is neither guaranteed nor is the Government obligated to meet this budget in the future. The projected start date is anticipated to be during the second quarter FY05 but is dependent upon availability of funding and the results of the contracting process. Open communication with the technical point of contact (POC), Dr. Jim Riker, at 808-874-1619, is encouraged until proposals are received. Contracting questions should be directed to Capt Dax Presuto at 505-846-0758 or dax.presuto@kirtland.af.mil. ___________ B. TECHNICAL TOPIC AREA: Contractors funded under this Ultra-Sensitive Detector (USD) development program will use modeling and simulation, analysis, design, experimentation, and testing to develop, fabricate, demonstrate and deliver a high frame rate (10 kHz), high bandwidth (>1 GHz), low noise (<1-photon per pixel per frame Noise Equivalent Input (NEI)) to the DOD. Emphasis will be placed on system architectures that are favorable in terms of size, weight, affordability, and reliability while trying to meet the program technical performance goals. The contractor is expected to address these issues both in the proposal and throughout program execution if a proposal is requested via BAA. ____________ The applications we envision for this detection system development include laser ranging and detection of targets, with as much information as possible provided from the image processor to assist in target identification. Laser ranging means placing a laser on a distant target and resolving the return pulse in the detector output and being able to resolve depth characteristics to a resolution of 20 cm or less (350 psec). Our intent is to be able to do this in an array format, with at least 4 x 4 pixels used to sense the return at the highest temporal resolution. This effort will push the state-of-the-art in 3D imaging (angle-angle-range) at the highest sensitivity yet demonstrated. The approach should show scaling to larger array formats. ___________ The Government expects to do the ranging, detection, and identification functions outside of the FPA. In order to accomplish that, we need the detector to have certain capabilities in terms of noise performance, array readout times (frame rates), pixel readout times (bandwidth), etc. We do not expect the detector developer to have to consider system-related issues such as where the laser source is located, where any ?targets? are located, or whether the laser and detector share the same optics. However, because of system issues like shared aperture operations with lasers and cameras, we have a specification on image persistence. ____________ MIT/LL has developed Geiger Mode Arrays using InGaAs responsive in the desired wavelength region (1.0-1.7 microns). These devices, which are still in development, should emulate their successful work with Silicon in a 32 by 32 format. The limitations on the LL technology in meeting the government goals are that they are Geiger mode and typically have quench times of 100 ns per pixel. The government believes that this technology can still meet the program goals specified below when the signal regime is limited to well below 1 photon per detection/pixel or the imaged spot encompasses multiple pixels. Contractors are encouraged to consider the current state-of ?the-art in the Lincoln Labs work and consider licensing it as a path to achieve the government?s detector/camera goals. The government is looking for the best approach to achieve pixelized detection of single photons in a linear detection mode. ____________ The DOD is specifically interested in approaches that address the camera output performance requirements listed in the paragraphs below. We have divided the specification into detector (or Focal Plane Array (FPA)) requirements, system performance requirements, functional requirements, packaging requirements, and documentation requirements. The delivered detector system is to consist of the sensor FPA, associated electronics needed to amplify and digitize the sensor signal, electronics housing, cooling hardware, and documentation. For large arrays, an electronic multiplexer to rapidly read out the full array or subsets of the array is desirable. If the device has unique environmental issues, packaging appropriate to breadboard demonstration within a laboratory environment should be offered. The number of ports should be compatible with the desired frame rate and bandwidth for the overall system. ___________ FPA SPECIFICATION GOALS, in decreasing order of importance: 1) Wavelength Response: The FPA shall detect near-infrared photons in the region 1.0-1.7 microns. High quantum efficiency (>0.65 over the entire 1-1.7 micron range) is desirable to maximize the overall system performance. Specific laser lines of interest for this program include the 1.029-m Yb:YAG line and the 1.064-m Nd:YAG line. 2) Array Size: The FPA shall be produced in an array format for tracking, wave-front sensing, imaging, and scoring applications, with designs supporting array sizes of at least 4 x 4. Scaling to larger sizes, up to 64x64, are considered a plus. 3) Bandwidth: The detector bandwidth shall exceed 1 GHz or a response time of at least 350 ps. Electronics can be coupled directly to the detector pixels if necessary. Our expectation is to be able to resolve individual laser pulses whose rise time is greater than about 350 ps and whose overall pulse-length exceeds 1 ns. Depending on the ranging system geometry, signal levels, detector and read-out noise, off-chip processing algorithms, and other factors, we expect that this detector capability will provide range-resolution to below 20 cm. 4) Pixel Pitch 60 microns or greater. 5) Pixel Well Size: The detector shall have a well size adequate to support 11 bits of corrected dynamic range with the specified noise level, to permit operations in scintillated laser environments. 6) Pixel Fill: The pixel fill factor shall be greater than 80%, meaning that at least 80% of the Focal Plane Array (FPA) area is to respond to light. This requirement recognizes that certain technologies, such as Avalanche Photo-Diodes (APD), may not be able to produce the desired 100% fill factor. But detectors that can match the other requirements while achieving 100% fill factor will be considered a plus. Micro-lens arrays or other separate optics integrated with the detector elements are an acceptable approach to achieve the required fill factors and are encouraged to minimize radiation response should these devices ever be applied in radiation rich environments. 7) Gain Non-uniformity: The non-uniformity in gain from pixel to pixel shall be less than 10% of full scale when the detector is operated at its maximum rate for a 20-microsecond integration. Non-uniformity across a single pixel shall be less than 5% on the part of the array that is responsive. 8) Offset (or Bias) Drift: The digitized offset drift shall be less than twice the median noise level over a period of 3 minutes, in order to facilitate stable calibration and use. 9) FPA Operation: The FPA shall operate under simultaneous (or snapshot) integration. This mode of operation refers to simultaneously integrating and resetting all pixels together, as opposed to a rolling integration where some pixels are reset while others are integrating. 10) Multiple modes of engagement should be offered in the signal processing software and hardware. 100 bins covering a maximum of 10 microseconds should form one limit while the other limiting mode should strive for 100 or more bins within 20 nanoseconds. 11) As suggested the device should be able to detect minimum signal levels below 1 photon and maximum signal levels to 10,000 photons. In addition the device should not be damaged with incident signal levels of up to a 1000 times higher and should recover from such incidence within 80 microseconds. _____________ DETECTION SYSTEM SPECIFICATION GOALS, in decreasing order of importance: 1) Noise Equivalent Input (NEI): The overall system noise performance shall be less than 0.4 photons per frame per pixel RMS, at a wavelength of 1064 nm as measured and averaged over a 20 micro-second exposure gate. The noise value quoted here represents all noise sources. 2) Frame Rate: The frame rate is defined as the inverse of the sum of the integration time, read-out time, and dead time (defined below). The system shall have a frame rate that is at least 10 kHz. 3) Integration Time: The time during which the camera will integrate charge is within the range 0.3 ns to 20 microseconds. The integration is to be controlled by the user with a single differential control line, and the system should be able to integrate while reading out. The duration of the integration time must be capable of being set by the user through software inputs. It is recommended that at least three discrete time modes are offered, and more flexibility would be a plus. The rise time of the integration shall be less than 350 ps from the 10% to 90% points. The fall time should be the same. The frame-to-frame temporal response uncertainty of the camera integration gate with respect to a 1-ns rise-time step synchronization trigger shall be less than 1 ns. The residual charge after a camera clear command shall be less than ? the NEI. 4) Frame Readout Time: The time for a complete read-out of the full array shall be less than 100 ms. 5) Dead Time: The delay between the integration period and the readout period shall be less than 35 ns. 6) Dynamic Range: The output data shall have a dynamic range after correction of 11 bits. That is, the dynamic range after correction for offset and gain is to be greater than 2048:1. 7) Non-Uniformity Correction: Pixel non-uniformities shall be correctable with linear two-point gain-offset Non-Uniformity Correction (NUC) algorithms to better than 1%. After correction, the camera response should be linear to better than 2% when measured as the maximum deviation from the best linear fit over the full dynamic range. 8) Cross-talk: The cross-talk due to all processes as measured in the recorded frame shall be such that less than 5% of the electrons are collected in the adjacent pixel when the light falls within 2 microns of the edge. The cross-talk shall be less than 0.5% for non-adjacent pixels. 9) Operability: After corrections for offset and gain, 95% of the pixels shall meet or exceed the specification for linearity, dynamic range, and noise. At least 99.8% of the pixels shall be within 50% of the specification for linearity, dynamic range, and noise. In wave-front sensor mode, 100% of the read out pixels shall be operable. 10) Image Persistence: Subsequent frame latent images shall be less than 1% of the original frame. Charge generated during the reset period shall be reduced to 1 part in 10,000 within 80 micro-seconds of generation. ___________ SYSTEM FUNCTIONS SET BY USER: 1) Frame Start: The start of the frame shall be synchronized to an externally provided trigger. 2) Sub-array Row/Column Placement: The user shall specify the sub-framing of the array by identifying the upper and left-most sub-frame pixel and the number of rows and columns within the sub-frame. 3) The integration duration of the sensor is to be controllable in the range 20 ns to 20 microseconds in discreet modes or continuously. It is to integrate photon input during this period. Prior to the integration period, photo-induced electrons are not to be integrated. Following the integration, readout should take place within 35 ns. _________ PACKAGE GOALS, in decreasing order of importance: The package is desired to be applicable to a laboratory environment, maintenance-free (yet with accessibility for repairs), and protective of sensitive components, cables, and cooling lines. All cables are to be properly stress-relieved. All cooling accessories needed for detector operability shall be provided with the system. 1) Operating Temperature: The system must meet specifications at a temperature of 240-K or greater. This specification should be interpreted to mean that we desire Thermo-Electric Cooling of the camera system, as opposed to cryogenic coolers. 2) Field Of View (FOV) of Detector Package Assembly: To facilitate high-magnification optical systems, the FOV shall exceed 66 degrees. 3) Mechanical Interface: The FPA/read-out electronics shall have a standard interface. The cable length from the FPA to the electronics shall be greater than 2 feet. The detector housing shall have a flat base mounting plate. The detection system shall be able to fit within a 25-cm by 25-cm square area. 4) Detector Head Cooling: Cold-air cooling (at 15 SCFM and less than 45 degrees F) of the detector head is preferred, but water-jacket cooled versions of the system are also of interest. 5) Detector Output: the output shall be differential digital from the detector head to the processing electronics. Timing signals to and from the detector should use 50-ohm single-ended BNC connections. 6) Initial Alignment Fiducial: A fiducial indicating detector position relative to the detector housing shall be provided for the initial alignment of the optical system. ____________ Documentation required if BAA is Released: In addition to the deliverables called out in the BAA, the following specific documents are required: 1) System description 2) Operating instructions 3) Required power, grounding, external signals, cooling, environmental with maximum and minimum ratings 4) Trouble-shooting guide with accessible test points 5) Electrical schematic 6) Mechanical schematic 7) Acceptance measurements results with a short description of the test procedures. At a minimum, we expect that the contractor would supply photon transfer curves, spot scan measurements, temporal response measurements, and quantum efficiency data. The contractor shall discuss in the proposal how to measure the system performance, using standard metrics such as responsivity, detectivity, noise equivalent power (or irradiance), or D-star. The contractor must also define and discuss how measurements will be made to prove performance on the set of requirements listed above. Finally, the contractor should include some discussion of the test facilities needed and available to make these measurements. _________________________________ RFI TECHNICAL INFORMATION: Advanced Diagnostics ___________ A. PROGRAM DESCRIPTION 1.0 BACKGROUND: The need for advanced diagnostics has been identified as a major obstacle to understanding the operational dynamics of chemical lasers and COILs in particular. This RFI intends to attain industry information on the viability of releasing a BAA that will seek proposals for creating diagnostics with the objective of filling recognized gaps in the instrumentation of current laser devices. Diagnostics are needed for types of measurements in 2.1 and 2.2 below. ___________ 2.0 REQUIREMENTS: 2.1 Measurement of oxygen species. The molecular oxygen species to be detected include O2(X3S), O2(a1D), and O2(b1S). Diagnostics proposed under this topic shall quantitatively measure at least two and preferably all three of these molecular species. All measurements in the laser devices shall be made in situ during short duration (typically 10 sec) experiments. Measuring the concentration at a rate of 25 Hz or better is preferred for time evolution studies; however, slower data rates will be considered. Simultaneous measurement of the oxygen species is preferred; however, sequential measurement will be acceptable. The offeror should assume that the optical path-length will not exceed five (5) cm, however, multi-pass configurations may be used to increase the effective path length. The following table lists the minimum acceptable detection limits. Species Number density (molecules cm-3) Threshold Objective O2(X3S) 1 x 1014 1 x 1013 O2(a1D) 1 x 1014 1 x 1013 O2(b1S) 1 x 1014 1 x 1013 ______________ 2.2 Measurement of molecular iodine. Molecular iodine in its ground electronic state shall be measured with very high accuracy at low concentration. Diagnostics proposed under this topic need to quantitatively measure iodine in situ during the short duration (typically 10 sec) experiments. Measuring the concentration at a rate of 25 Hz or better is preferred for time evolution studies; however, slower data rates will be considered. The offeror should assume that the optical path-length will not exceed five (5) cm, however, multi-pass configurations may be used to increase the effective pathlength. The following table lists the minimum acceptable detection limits: Species Number density (molecules cm-3) Threshold Objective Iodine 1 x 1012 1 x 1011 ____________ 3.0 PROPOSED SCHEDULE: The expected period of performance for this advanced diagnostics effort is approximately 7 months with the end product being delivery of the two diagnostic units. The intended program milestones are as follows: after 3 months of design work the contractor shall hold a technical interchange meeting with members from the ABL SPO and AFRL/DE. The objective of this meeting is for the contractor to gain approval to continue with the current design. After this meeting, there is a three-month period designated for fabrication of the hardware, integration and test, after which the prototype(s) are expected to be delivered. __________ The Government anticipates awarding one contract for each diagnostic effort, unless the same contractor can provide both. The anticipated magnitude of effort for this project is approximately <$500K total, but this amount is neither guaranteed nor is the Government obligated to meet this budget in the future. The projected start date is anticipated to be during the second quarter FY05 but is dependent upon availability of funding and the results of the contracting process. Open communication with the technical point of contact (POC), 1Lt Heather Pietrzyk, at 808-853-3779 or heather.pietrzyk@kirtland.af.mil, is encouraged until proposals are received (if BAA is released). Contracting questions should be directed to Capt Dax Presuto at 505-846-0758 or dax.presuto@kirtland.af.mil. __________________________________________________________________ SUGGESTED QUESTIONS TO CONSIDER: Following are some specific questions and/or response guidelines for this RFI. Contractors should freely make any other comments or suggestions on areas not discussed here. 1) From both technical and programmatic viewpoints, does the contractor believe that the methodologies/requirements discussed above would provide a viable path to completion of the program objectives within the cost and schedule constraints specified? If not, please provide recommendations on how the program specification(s) could be improved. 2) Are there any technical specifications that should be in the draft text that are not currently included? 3) Is there anything in the current draft text that the contractor feels is unnecessary (technically or programmatically) or that is not clearly stated? 5) Is the proposed funding profile adequate to successfully complete the one approach (or both approaches, if applicable) as outlined? If not, please elaborate. 6) What is a reasonable page limitation for a technical proposal volume (1 inch margins, 12 point proportional Times New Roman font for body of text, 10 point proportional font for figures and tables), including all pages from title sheet through appendices? 7) In addition to responding to any of the above questions, the contractor may also offer any other comments or recommendations that it feels would improve a BAA and the proposed technical effort. Responses to this RFI are due by 1 Oct 2004.
 
Place of Performance
Address: ASC/TMK, 1350 Wyoming Blvd SE, Bld 20200, Kirtland AFB, NM
Zip Code: 87117-5536
Country: USA
 
Record
SN00673928-W 20040917/040915212053 (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.