Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

R -- 5V Radiation Hardness Assurance Test Structure Development

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
 
ZIP Code
95652-1521
 
Solicitation Number
H94003-05-T-5003
 
Response Due
1/24/2005
 
Archive Date
2/8/2005
 
Description
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. The NAICS code is 541330 and the size standard for this requirement is $4M. Purchase requisition 5MC5C801 is issued as Request for Quotation on H94003-05-T-5003 and is sole source to EagleST, 3778 Eagle St, San Diego, CA, 92103. This requirement is for UTSi Radiation Hardness and SiGe Assessment in accordance with Statement of Work DMEA04-4A7 dated 27 October 2003. The purpose of this task is to perform research, analysis, and testing efforts necessary for improving and assuring the radiation tolerance/hardness of Commercial off the Shelf (COTS) processes currently being installed and to be installed in the DMEA flexible foundry. Specific activities to be accomplished include: researching the impacts of implementing licensed processes into the flexible foundry on radiation tolerance and performance in the military environment; and developing the means by which these processes might be controlled, tested and hardened for better performance in strategic space radiation environments. The contractor shall perform all tasks required to ensure that the program meets performance, cost and schedule requirements. These shall include: scheduling of activities and deliverables; describing status; outlining contractor activity and progress toward accomplishing objectives; planning, program planning; describing the overall results of the effort; and documenting new technology breakthroughs; and any other management techniques deemed appropriate. The contractor shall also report technical accomplishments, potential problem areas, results of conferences, and authorized directives from the contracting officer. The contractor shall designate a task manager who shall be directly responsible for all aspects described in this SOW. The task manager shall be the point of contact for the government. The Contractor shall maintain a status of their effort towards achieving the SOW objectives, including all technical activities and efforts, problems/deficiencies, impacts, recommended solutions, etc. The contractor shall participate in Technical Interchange Meetings (TIMs) or technical reviews as required. All such meetings shall be held at DMEA. Certification by the Government of satisfactory services provided is contingent upon the contractor?s performing in accordance with the terms and conditions of the referenced contract, the SOW, the approved proposal, and all amendments. DMEA will provide the contractor with access to the DMEA Science and Engineering Gamma Irradiation Test (SEGIT) facility?s two Cobalt-60 irradiators and environmental test chambers on a non-interference basis as needed to complete the tasks specified herein. Travel shall be approved upon task award. Additional travel is authorized only upon written approval by the government. The contractor shall provide a quarterly status report of their effort towards achieving the task objectives, including all technical activities and efforts, conclusions made, expenditure of program funds, schedule, problems/deficiencies, impacts, and recommended solutions. The contractor shall also participate in quarterly meetings with the government to review status. The contractor shall assess DMEA?s radiation testing techniques and activities. The contractor shall research and recommend process hardening techniques for the EEPROM and UTSi processes as necessary to assure these processes meet strategic radiation hardness levels. This shall be accomplished through analysis of current technical deficiencies and the development and evaluation of new test procedures, process enhancements, and process control modules. The contractor shall research and identify which design, layout, and process parameters of the process must be controlled and how tightly these need to be controlled (quantitatively) to provide strategic hardness assurance on these processes with a minimum amount of radiation testing. If necessary, the contractor shall develop a new process control module(s) for the 5V radiation hardened process for radiation testing. The contractor shall develop base test structures for an ARACOR 4100 Automatic Semiconductor Irradiation System. The contractor shall recommend specific design, layout, and process hardness assurance procedures to be implemented by the DMEA Technology Review Board to maintain hardness levels. The contractor shall also provide a preliminary assessment of the radiation hardness potential of the 0.25 micron UTSi process and make preliminary recommendations on possible additional hardening and hardness assurance methods. The contractor shall also analyze DMEA?s ongoing BX/SN03 and 0.5 micron UTSi process hardening and hardness assurance activities. Special materials shall be provided by the contractor when they are essential to the task performance and specifically approved by the PCO, not to exceed the ceiling price identified in the delivery order. Contractor provides office equipment and expenses necessary to perform contractual services including printing, photocopying, communications, postage, express mail, paper and copying supplies, local and long distance telephone charges, and other equipment and supplies required in support of the contract. The work will be performed at the contractor?s facilities or on site at the following Government installation at McClellan, CA 95652. Contractor personnel are expected to conform to the client's normal working hours while at the government facility. It is expected that this work will start on or about 1 February 2005 and will be complete within 12 months however the purchase order will contain an option period for an additional 12 month period. Travel may be required to support this task. All travel expenses will be billed in accordance with the JTR. U.S. Citizenship is preferred for all personnel on this task. Certain aspects of the work on this Task Order may necessitate SECRET clearance of some contract employees. Information acquired or generated is subject to the Privacy Act. For a complete purchase description, send an email request to hilton@dmea.osd.mil or fax your request to (916) 231-2826. Contractors must be registered in the Central Contractor Registration (CCR) prior to an award. The following FAR clauses apply: 52.212-1, Instructions to Offerors ?Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. DPAS rating is A7. Questions regarding this solicitation should be addressed to J. Hilton at Hilton@dmea.osd.mil. Offerors are due at 3:00PM on 24 Jan 2005. See Note 22.
 
Place of Performance
Address: Defense Microelectronics Activity, 4234 54th Street, McClellan, CA 95652
Zip Code: 95610
 
Record
SN00732610-W 20050112/050110212152 (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.