Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2005 FBO #1433
SOLICITATION NOTICE

A -- Imaging Spectrometer Focal Plane Array

Notice Date
8/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
VS-05-06
 
Response Due
9/22/2005
 
Point of Contact
Wayne Zitzka, Contract Specialist, Phone 505 846 4987, Fax 505 846 6022, - Kay Davis, Contract Specialist, Phone 505-853-4200, Fax 505-846-6022,
 
E-Mail Address
Wayne.Zitzka@Kirtland.af.mil, kay.davis@kirtland.af.mil
 
Description
A. The Air Force Research Laboratory (AFRL), Space Vehicles Directorate (VS), Space Based Infrared Technology Branch (AFRL/VSSS), at Kirtland AFB NM is interested in receiving proposals from all offerors for the Imaging Spectrometer Focal Plane Array (ISFPA) program. The intent of this program is to posture the DOD for current and future-generation hyperspectral sensing applications by developing a single, multipurpose, high performance, large format array that operates simultaneously in the Visible and Short Wavelength Infrared (VIS-SWIR). The Hyperspectral Imaging (HSI) sensor unique concept has been structured to address constraints and complexities imposed by current generation Sensor Chip Assembly (SCA) technology. The Government anticipates that the combined value of Task 1, 2, and 3, with the potential for multiple awards, will be between $3 and $6 Million and will be accomplished within a two year time frame. The ceiling for the entire effort, all tasks and including multiple awards is estimated at $9.7 Million. The driving goal for this program is to deliver initial “flight-grade” arrays for insertion into a demonstration system within two years from contract award. AFRL/VSSS is pursuing a 4-phase (via task orders) approach to the delivery of the ISFPAs from concept to development of engineering and “flight-grade” demonstration arrays: Task 1 will comprise the preliminary design addressing HSI unique priorities. Task 2 will be the development to the Critical Design Review (CDR). Task 3 will be the fabrication of two (2) engineering and two (2) “flight-grade” demonstration SCAs. Task 4 will consist of the production of additional “flight-grade” SCAs. B. Current technology shortfalls limit air-borne and space-borne tactical system design options, impose collection and post-collection processing complexities, and limit achievable performance metrics. System designers must accept reduced swath widths or sizeable dead zones associated with butting arrays or implement complex pointing maneuvers to achieve coverage requirements. Coupled with the desire for large-format arrays is the need to successfully operate over a wide dynamic range. The dynamic range constraints could be partially addressed by providing a wide range of variable frame times as well as by recognizing that scene irradiance varies significantly over the spectral band opening the door to variable conversion gains across the spectral dimension of the SCA. High pixel operability is yet another critical parameter. Therefore, in summary, the Government has identified four (4) critical technology advances for this program: (1) the hybridization of high-yield, large format arrays with minimal dead zones, (2) the development of next generation read out integrated circuit (ROIC) designs compatible with large format arrays incorporating on-chip Analog-to-Digital Conversion (ADC), (3) ROIC designs for high frame rate conditions and high linearity over a large dynamic range, and (4) the development of high-performance, VIS-SWIR SCAs addressing operational and storage-life constraints. Desired features of this SCA include operation in the visible through short-wave infrared spectral bands, programmable frame time, programmable conversion gain, large format, and on-chip ADC. Prospective offerors are encouraged to contact the technical POC to verify interest in the effort to be proposed as well as to obtain the program specific goals (provided in a separate document). The contractor will investigate methodologies, which include designing and/or processing of detector arrays and ROICs to improve performance and radiation tolerance based on the goals provided. A minimum of two (2) flight-grade and two (2) engineering-grade SCAs are expected as deliverables to AFRL as a result of this program. This program may include delivery of additional SCA deliverables (this is a potential task order number 4). C. This acquisition is anticipated to result in multiple awards using Indefinite Delivery Indefinite Quantity (IDIQ) contracts consisting of tasks for preliminary design (Task 1), detailed critical design (Task 2), fabrications of engineering and “flight-grade” demonstration SCAs (Task 3), and possibly additional “flight-grade” demonstration SCAs as a potential task order number 4. Up to three (3) contract awards may be made depending on the quality of the proposals received and funds available. Task 1: The Government anticipates awarding a Cost-Plus Fixed Fee Contract for Task 1. Task 1 will be issued concurrent with the contract award and will constitute the contract’s guaranteed minimum order requirement. Task 1 is anticipated to be a four (4) month effort to accomplish the preliminary design of the technical goals. Initial proposals shall include substantiation of specialized experience. The exit criteria for this task will include providing supporting evidence that overall program cost, schedule and risk are at an acceptable level to proceed into further levels of development. Risk mitigation factors for successfully accomplishing Task 3 must also be addressed. Task 2 is anticipated to develop the detailed design of the VIS-SWIR ISFPA. The overall goal of this task will be to mature the design to the critical design level addressing the technical goals of the program. Again the exit criteria for this task will include providing supporting evidence that program cost, schedule, and risk are at an acceptable level to proceed into fabrication, demonstration, and test. Risk mitigation factors for successfully accomplishing Task 3 must also be addressed. Task 3 is anticipated to address the fabrication and testing of ISFPAs. The overall goal of this task will be to fabricate two (2) engineering SCAs and two (2) demonstration SCAs. Task 4 is anticipated to fabricate additional “flight-grade” demonstration SCAs. D. A separate in-depth description of the goals of this effort is available upon request. Because of ITAR requirements, all requests for goals must be accompanied by a copy of the DD 2345 or JCP confirmation number. The goals will then be sent to the address of record on the DD 2345. Design parameter goals have been categorized as A, B, or C priorities based upon relative importance to Hyperspectral Imaging (HSI) sensor goals and objectives. Category A parameters represents the highest priority. Categories B and C may be traded for lower risk, cost, and/or improved performance. Offerors should review and respond to all of the goals, with greater emphasis given to the higher priority items. Offerors should structure their program such that risks of attaining the goals are minimized with respect to yield, cost, and schedule. All requests for information shall be directed to AFRL/PKVS by contacting Mr. Wayne Zitzka, at email wayne.zitzka@kirtland.af.mil, or via phone at (505)-846-4987. 2. POINTS OF CONTACT A. Technical Point of Contact: The technical point of contact is Allan Hahn, (505)-846-8180, Email: Allan.Hahn@kirtland.af.mil The alternate technical point of contact is Karen Gallegos, (505) 846-7082, Email: Karen.Gallegos@kirtland.af.mil Prospective offerors are reminded to contact the technical POC, Allan Hahn, to verify interest in the effort to be proposed and the funding availability PRIOR to committing any resources to the preparation of any proposals in response to this announcement. Offerors should be aware that the Government anticipates using FY06 funding on this effort. All questions must be submitted in writing NLT 2:00 pm (MDT), 8 September 2005. Wayne Zitzka, Contracting Specialist, will provide answer to all appropriate questions and answers to all known offerors. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/VS-05-06/listing.html)
 
Record
SN00922694-F 20051029/051027213659 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.