Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SPECIAL NOTICE

59 -- NOVeA Test Chip Validation

Notice Date
4/19/2010
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8807-10-R-0001
 
Archive Date
5/19/2010
 
Point of Contact
Allison M. Flanagan, Phone: (310) 653-3775, Lisa Winka, Phone: 310-653-4191
 
E-Mail Address
allison.flanagan@losangeles.af.mil, lisa.winka@losangeles.af.mil
(allison.flanagan@losangeles.af.mil, lisa.winka@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
INTENT TO AWARD A SOLE SOURCE PROCUREMENT. The U.S. Air Force Global Positioning Systems Wing (GPSW) intends to procure the validation testing and characterization services for a 0.13 micron (130 nm) embeddable reprogrammable Non-Volatile Memory (NVM) to be used in production of System on a Chip (SoC) Global Positioning System (GPS) security devices. Accordingly, the Government intends to award a sole-source contract to Virage Logic, 47100 Bayside Parkway, Fremont CA 94538, as the only responsible source that can provide those unique supplies and services at an on-shore free from Foreign Ownership, Control, and Influence (FOCI), International Traffic in Arms Regulations (ITAR) compliant foundry. Virage Logic developed the NOVeA Electrically Erasable Programmable Read Only Memory (EEPROM) technology on an earlier contract (FA8807-08-C-0008) and offers it through the Trusted Foundry at IBM. The North American Industry Classification System (NAICS) code for this action is 541330. The small business size standard is $27,000,000. Statement of Capabilities Any interested Offeror that is capable of meeting the Government's requirements detailed in this notice must submit a Statement of Capabilities and Qualifications Statement to the technical and contracting POCs listed below by 1700 PST on 4 May 2010. Responses are limited to five (5), 8.5" x 11" pages with 1" margins, and 12 point font (Arial or Times New Roman ok), and number pages. The capability and qualifications statement will be evaluated solely for the purpose of determining the offeror's ability to meet the Government's needs described above and schedule. Consequently, the Government is primarily interested in as many specific technical details indicating how the Offeror can meet the Government's needs and schedule. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. A determination not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the Government. Submit Statements of Capabilities electronically to Allison.flanagan@losangeles.af.mil and Anthony.sliger@losangeles.af.mil, or Statements of Capabilities may be mailed to: SMC/GPSW/PK, Attn: Allison Flanagan, 483 N. Aviation Blvd., El Segundo, CA 90245-2808. An ombudsman has been appointed to hear concerns from potential offerors. The purpose of the ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate its concern during the proposal development phase of this acquisition. The ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition to the proper channels. The ombudsman's role is not to diminish the authority of the program director or the contracting officer, but to advocate an offeror's concern on a non-attribution basis. The ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The ombudsman is Mr. James Gill (310) 653-1789. Questions pertaining to this announcement shall be directed to the Contracting Officer, Allison Flanagan, SMC/GPSW at (310) 653-3775 or by email at Allison.flanagan@losangeles.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-10-R-0001/listing.html)
 
Place of Performance
Address: 47100 Bayside Parkway, Fremont, California, 94538, United States
Zip Code: 94538
 
Record
SN02125928-W 20100421/100419234926-6e242bd2979991c8b89edc5f36daa3b8 (fbodaily.com)
 
Source
FedBizOpps 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.