Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOLICITATION NOTICE

59 -- Optimized Array for Space-Background Infrared Simulation (OASIS) 512

Notice Date
12/28/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA8651-11-R-0379
 
Archive Date
1/14/2011
 
Point of Contact
Randy J. Miller, Phone: 8508832674
 
E-Mail Address
randy.miller@eglin.af.mil
(randy.miller@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8651-11-C-0379
 
Award Date
12/15/2010
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY: Air Force Research Laboratory (AFRL), Munitions Contracting Division (RWK), 101 W. Eglin Blvd, Suite 337, Eglin AFB FL 32542-6810. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED: This action will be awarded as new firm-fixed-price contract to Santa Barbara InfraRed, Inc., 30 S. Calle Cesar Chaves, Suite D, Santa Barbara, CA 93103. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS: Under this contract, Santa Barbara Infrared (SBIR), Inc. will deliver five (5) 512-by-512 element cryogenic infrared emitter array modules for AFRL Munitions Directorate, Advanced Guidance Division, Guidance Simulation Branch (AFRL/RWGG). These modules will integrate emitter arrays that are residual contractor acquired property from a previous cost-plus-fixed-fee AFRL/RW research and development contract with SBIR, Inc. (contract # F08630-02-C-0063). SBIR will also perform functional testing of the packaged arrays to determine basic module operability. With their exclusive technology license and proven manufacturing process, SBIR can complete five (5) spare emitter array modules with the residual government components with low risk, at a fraction of the cost and within acceptable delivery times to support critical testing of major government programs. The packaged emitter arrays will provide interactive infrared images to seekers during hardware-in-the-loop (HWIL) testing. The emitter array will operate down to the required temperature with state-of-the-art radiometric temperature, temporal and spatial characteristics. This allows high fidelity testing of strategic missile defense systems in a laboratory environment. Averting one failed flight test results in over $100M in savings. Ultimately, the hardware-in the-loop testing application of this technology evaluates the effectiveness of future kinetic-kill-vehicle guidance capabilities under many exhaustive scenarios. Estimated Price: $600K; appropriation type: FY10 funding primarily 0400 (Missile Defense Agency (MDA) Research and Development (R&D) funding). IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION: 10 USC 2304(c)(1), as implemented by FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY): (1) Procurement of these highly specialized packaged emitter arrays fulfills the requirement for spare emitters in critical testing programs. Honeywell, Inc. invented and proved the process required for emitter array technology and holds the exclusive US patents (5,600,148 2/4/1997; 5,973,383 10/26/1999; 6,046,485 4/4/2000; 5,895,233 4/20/1999; 6,036,872 3/14/2000; 6,210,494 4/3/2001). Honeywell sold the exclusive license of this technology for emitter array applications to Santa Barbara Infrared Inc. in June 2001. In August 2002, under a technically competitive Program Research and Development Announcement, MNK-PRDA-02-0004, AFRL/RWK awarded contract F08630-02-C-0063 to SBIR to develop a cryogenic emitting array device with a spatial resolution of 512-by-512. The technical portion of this program, entitled "Optimized Array for Space-Background Infrared Simulation" (OASIS), was successfully completed, and the performance period ended 30 Sep 08. (2) As a result of this earlier program, several emitter wafers were produced as reserves in the event arrays were damaged or failed during cryogenic packaging and testing. These reserve arrays have been stored in a specialized environment since program completion by SBIR, Inc. The intent of this procurement is to complete the assembly of (5) spare emitter arrays using the government owned residual components currently residing at SBIR, Inc. and to supply these modules to critical testing programs that received the original arrays. (3) AFRL/RWGG believes award to any other source would result in both a substantial duplication of cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling Department of Defense requirements. The emitters delivered by the original contract include developmental processes and license that are proprietary. The cost to award another contract to develop an alternate specialized cryogenic package with comparable capability is expected to mirror or exceed the original efforts of Contract F08630-02-C-0063, resulting in a 30-month effort and estimated $2M in cost. Delay of this magnitude would seriously degrade testing of next generation missile defense interceptors. Anticipated total cost for SBIR, Inc. to assemble and deliver and test the subject five (5) items is expected to be approximately $600K. The duration of this effort is expected to be 12 months. (4) Accordingly, as SBIR is the only contractor with the exclusive license and unique experience with both the basic 512-x-512 and 1024-x-1024 array device development, SBIR is the only firm capable of providing these packaged devices without the Department of Defense experiencing substantial duplication of costs that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. Thus, 10 USC 2304(c) (1), as implemented by FAR 6.302-1, is the appropriate authority for this action. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE: Program Research and Development Announcement (PRDA): SBIR, Inc. originally submitted a proposal under MNK-PRDA-02-0004 to develop the OASIS 512 arrays. Contract # F08630-02-C-0063 was awarded and completed in 2008. Other Actions: AFRL/RWGG KHILS facility personnel are recognized experts in the field of infrared scene projection for HWIL testing, and frequently discuss with industry, government and academia the development of relevant test technologies. AFRL/RWGG currently sponsors several R&D contracts to promote competition in this market. These programs include the MDA Small Business Innovative Research contract, "High Dynamic Range Infrared Scene Projector for Boost Phase Intercept" program with Acumen Scientific (contract HQ0006-05-C-7249), the "Extremely High Temperature Projector" program with CYAN Systems, Inc. (contract FA8651-08-C-0060), and the "Novel Infrared Emissive Devices" program with Power Photonic (contract FA8651-07-C-0152). Each of these programs focuses on alternative infrared scene projector technologies. However, none of these technologies is deemed mature enough to meet the performance, cost and schedule goals required by AFRL/RWGG for years to come. This is particularly true in the unique and stressing cryogenic environment. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE: The contractor's proposed costs will be carefully examined and verified to the extent possible using material quotes and cost data. Inputs from the AFRL/RWGG Program Manager (technical and cost evaluation) and DCAA (verification of direct and indirect rates) will be used to establish a negotiation objective. Weighted Guidelines will be used to determine a fair and reasonable fee. Thus, it is expected the resulting negotiated fixed price will be found fair and reasonable prior to award of any contract. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED: As described in Section VI above, market research, in accordance with FAR Part 10, was conducted via FedBizOpps synopsis of the PRDA advising industry of AFRL's interest in development of the OASIS and soliciting proposals from interested parties. SBIR was the only offeror to submit a proposal. Additionally, current expert knowledge of the field as described in Section VI above and the requirement for AFRL/RWGG Program Managers to conduct a new literature search to review all published reports of research on pertinent technological advancements before beginning a new program. The results indicated no other previously conducted research applies to this program. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION: Implementation of this technology required SBIR to conduct an exhaustive search of micro electro-mechanical systems (MEMS) foundries to meet fabrication requirements in the performance of previous contracts with the Army and the Air Force. SBIR has established processes with various foundries to successfully implement the patented process. As a result, SBIR now has years of product development experience with three multimillion-dollar Air Force and Army contracts. Thus, SBIR is well qualified to perform this effort. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION: See Section VI above. No other sources expressed an interest. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED: It is generally understood by AFRL/RWGG as well as the rest of the HWIL community that, barring any revolutionary breakthroughs, SBIR's resistive array technology is approaching its limits in radiometric temperature, temporal and spatial performance. HWIL facilities using infrared scene projectors must continually keep technological pace with the seeker development projects they are responsible for testing. In an attempt to establish alternate technologies and sources (and thereby foster competition), AFRL/RWG sponsors numerous Small Business Innovative Research contracts and also participates in the Centralized Test and Evaluation Instrumentation Program (CTEIP) Science and Technology projects. Examples of these efforts are given in Section VI above. A similar technology development program, contract W91ZLK-06-R-0020 "Next Generation 512 x 512 and 1024 x 1024 Read-In-Integrated Circuits (RIICs) for Infrared (IR) Scene Projection Application" program with Nova Sensors is currently being managed for OSD by the Army's Aberdeen Test Center. XII. CONTRACTING OFFICER'S CERTIFICATION: The Contracting Officer's signature on the cover page evidences that she has determined this document to be both accurate and complete to the best of her knowledge and belief. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION: As evidenced by his signature on the cover page of this document, the technical/ requirements personnel hereby certifies that any supporting data contained herein, which is his responsibility, is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/FA8651-11-R-0379/listing.html)
 
Place of Performance
Address: Santa Barbara Infrared, Inc., 30 S. Calle Ceasar Chavez, Suite D, Santa Barbara, California, 93103-5652, United States
Zip Code: 93103-5652
 
Record
SN02351467-W 20101230/101228233903-38f9e5e9c090d489eb25431f93c55746 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.