Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOURCES SOUGHT

A -- Fabrication of Micro-Electro-Mechanical Systems (MEMS)

Notice Date
8/6/2010
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_85F72
 
Response Due
8/20/2010
 
Archive Date
9/4/2010
 
Point of Contact
Point of Contact - Nance S Graham, Contract Specialist, 619-553-9268
 
E-Mail Address
Contract Specialist
(nance.graham@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought notice only.This is NOT a request for proposal. A solicitation is not available at this time. Draft work statement and critical information are included for informational purposes, but are subject to changes. The Space and Naval Warfare Systems Center Pacific (SSC PAC) Advanced Integrated Circuits and Sensors Branch requires fabrication and diagnostic support services in support of the development of various sensors and systems. The FSC Code is AC64 and the NAICS Code is 334413 (Semiconductor and Related Device Manufacturing). The government anticipates the resulting contract may be a small business set-aside. The small business size standard is 500 employees. All small businesses, service-disabled Veteran-owned small businesses, certified HUB-Zone small businesses, and certified 8(a) small businesses are encouraged to respond. Upon review of industry responses to the Sources Sought (Market Research) Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest. This office anticipates award of a contract for this acquisition approximately October 2010. The acquisition may be an indefinite delivery/indefinite quantity type with cost plus fixed fee pricing for the base period, possibly firm fixed pricing for the task orders. The efforts to be covered will require any combination of research, development and prototyping of the following areas: (a) Intelligence, Surveillance, and Reconnaissance (ISR) sensors design, development, and fabrication. (b) Inertial sensor component design, development, and fabrication. (c) Acoustic sensor component design, development, and fabrication. (d) Chemical sensor component design, development, and fabrication. (e) Pressure sensor component design, development, and fabrication. (f) Seismic sensor component design, development, and fabrication. (g) Spectroscopic sensor component design, development, and fabrication. (h) Interferometric sensor component design, development, and fabrication. (i) Magnetic sensor component design, development, and fabrication. (j) Energy Harvesting component design, development, and fabrication. (k) Persistent area sensor component design, development, and fabrication. (l) Opto-Electro-Mechanical systems design, development and fabrication. (m) Resistive Heater design, development and fabrication, (n) Diagnostic evaluation services of fabricated sensors and sub- module development. (o) Sub-module research and development in support of before mentioned sensor types. (p) Dicing, assembly, and packaging of prototypes The requirement will include providing the facilities, equipment, starting wafer material, and masks necessary to fabricate the devices as tasked. Contractor shall be able to handle wafer sizes of 150 mm in diameter. A list of expected / useful capabilities / processes will be provided to interested parties. The work performed under this contract is unclassified. There may be some travel involved. The fabrication and any requested assembly / packaging on a task order shall be substantially performed at the awardees facilities. Certain steps which are generally commercially available and more economical through larger foundry services such as implants and fabrication of pre- engineered substrates are allowable as are highly specific diagnostic steps which may be required during execution of the task order. In all cases, the outsourcing must be made known to the government prior to the actual event in writing. SSC PAC anticipates a one year base period and four (4) one-year option periods. The base period will consist of the Research and Development, and if the option periods are exercised, the task orders will be issued under the applicable option period(s). The total estimated value of this package for all periods is $3,000,000 US Dollars. Interested sources are encouraged to ask questions, seek clarifications, or offer recommendations regarding the proposed procurement. Interested small businesses submit to the contracting office a brief capabilities statement package demonstrating their ability to perform the requested services and provide the requested items. This documentation shall address, as a minimum, the following: (a) Relevant experience to include experience in performing efforts of similar scope and complexity within the last five years; (2) Company Provide to include number of employees, office locations), DUNS number, CAGE Code, and statement regarding small business designation and status. Responses are due on August 20, 2010 by 3:00 PM Pacific Daylight Time. Late responses may not be considered. While the Government does not intend to engage in a dialog with interested sources at this time, the questions/clarifications/recommendatio ns will be reviewed and may be incorporated into the final solicitation. Please respond electronically with no more than 4 single-sided pages, using 12 point font (minimum), 1 inch margins, in Microsoft Word or compatible format. All responses shall be unclassified. Interested sources are requested to submit their capabilities statement via electronic transmission to the SPAWAR e-Commerce Central website. The URL for this website is https://e- commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled Read Me First!, and then register through the link titled Submitting a Proposal? For information regarding this sources sought notice, contact the POC, Ms. Nance Graham, via e-mail at nance.graham@navy.mil. Acknowledgement of receipt will not be made and a listing of responding firms will not be provided. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. THIS IS A SOURCES SOUGHT NOTICE. It is not a request for proposal, a request for quotation, an invitation for bids, a solicitation, nor an indication that SSC Pacific will contract for the services contained in the Sources Sought notice. This is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_85F72/listing.html)
 
Record
SN02231296-W 20100808/100806234745-8ba01a8ea1b38a45f0b3cad0afa5c405 (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.