Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SPECIAL NOTICE

A -- READ OUT INTEGRATED CIRCUIT (ROIC) FOUNDRY IMPROVEMENT AND SUSTAINABILITY PROJECT

Notice Date
1/12/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
 
ZIP Code
45433-7801
 
Solicitation Number
BAA-11-11-PKM
 
Archive Date
2/24/2011
 
Point of Contact
Laura McGoldrick, Phone: (937) 255-0405, Jamie Hoff, Phone: (937) 255-9863
 
E-Mail Address
laura.mcgoldrick@wpafb.af.mil, jamie.hoff@wpafb.af.mil
(laura.mcgoldrick@wpafb.af.mil, jamie.hoff@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR THE READ OUT INTEGRATED CIRCUIT (ROIC) FOUNDRY IMPROVEMENT AND SUSTAINABILITY PROJECT. Under the authority of Title III of the Defense Production Act (DPA) (50 U.S.C. App. Section 2061 et seq.), the Title III Program Office, Air Force Research Laboratory, Manufacturing Technology Division (AFRL/RXM) is contemplating a procurement to improve upon and sustain domestic capability of manufacturing 0.18um ROICs on 8" wafers in order to ensure access to this critical technology. The government intends to release a solicitation for these requirements on a Sole Source basis per FAR 6.302-1(a)(1), "Only One Responsible Source." The government contemplates the award of a Technology Investment Agreement (with cost share) for this requirement to Jazz Semiconductor, 4321 Jamboree Rd, Newport Beach, CA 92660, for the program entitled "Read Out Integrated Circuit (ROIC) Foundry Improvement and Sustainability Project". There are a number of challenges related to the design and fabrication of ROICs. As detector arrays grow in size and numbers of pixels per array, the complexity of the ROIC also increases and adds to the challenges of the foundry that must now utilize advanced CMOS processing techniques with competitive wafer sizes (e.g., 8 inches). To achieve the necessary radiation hardening, more circuitry must be contained in each ROIC cell and ability of each cell to provide adequate storage capacitance is made more difficult as cell size decreases. Other factors affect the design, processing and performance of ROICS for space qualified arrays. The ROIC must exhibit very low noise to avoid contributing substantially to the noise of the sensor. Defect density in the ROIC reduces yield during manufacture and may affect the operability of the sensor once it is hybridized. For large format (LF) arrays, "stitching" may be required because of the limitations of lithography equipment. The goal of this program is to ensure that there is a domestic supplier capable and willing to provide qualified ROIC's for space systems deemed useful for U.S. Government space applications with an emphasis on efforts related to yield improvements. The vendor will identify steps that may be taken to improve yield rates related to U.S. Government space programs for large and small format devices used in cryogenic, non-cryogenic, and radiation applications. The vendor will identify where efforts and resources are best applied to obtain the greatest value related to improvements in yield for these applications. Under the contemplated contract action, the vendor shall have prior experience with and be able to maintain existing domestic manufacturing capability for 0.18um ROIC's on 8" wafers, while addressing the aforementioned yield improvements. It is estimated that the sole source Technology Investment Agreement will be awarded for $5,225,000.00. Vendors who are capable of providing the services stated above shall fully identify their interest and submit, in writing, information documenting their qualifications and capabilities to meet the requirements stated above not later than 3:00 PM, Eastern Daylight Time, on the fifteenth day after publication of this synopsis. Responses must be submitted to Louis M. Nyikon, Contracting Officer, via email at Louis.Nyikon@wpafb.af.mil. Responses received after 15 days or without the required information will be considered non-responsive to the synopsis and will not be considered. Responses shall be no more than ten (10) pages in length. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced, single-sided. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Margins for each page shall be at least 1-inch on the top and bottom and ¾-inch side margins. Submitting your company brochure is not an adequate response. The Government recognizes that proprietary data may be submitted in response to this Notice; if so, clearly mark any such proprietary data. Responses should include the following information within the ten (10) page limit: 1. Vendor Information, to include: a. Company Name b. Address c. Phone Number d. Fax Number e. E-mail Address f. Point-of-Contact Information 2. Description of relevant capability to produce 0.18um ROICs on 8" wafers for military applications. Other business opportunities for the Air Force Research Laboratory are available at www.fbo.gov. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This Notice of Contracting Action does not constitute an Invitation for Bids (IFB), Request for Proposal (RFP), or Request for Quote (RFQ), nor does this Notice restrict the Government's acquisition approach. Any information received in response to this Notice will be considered to constitute market research and may be utilized by the AF in developing its acquisition strategy. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any solicitation. The Government will not respond to or provide formal debriefings as a result of this Notice. The Government does not reimburse respondents for any costs associated with submission of a response to this Notice. A determination by the Government not to compete the planned contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Direct questions to the contract point of contact identified in the announcement. Only one responsible source per capability of interest and no other supplies or services will satisfy agency requirements as per the authority under 10 U.S.C. 2304(c)(1). All responsible sources may submit information, which shall be considered by the agency. See Numbered Note 22.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/BAA-11-11-PKM/listing.html)
 
Record
SN02359295-W 20110114/110112234613-c90564e9818ae270945038f8ad0b7613 (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.