Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2008 FBO #2525
SOURCES SOUGHT

66 -- DIODE LASER ARRAYS

Notice Date
10/23/2008
 
Notice Type
Sources Sought
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG09214585L
 
Response Due
11/7/2008
 
Archive Date
10/23/2009
 
Point of Contact
Ashley McQueen, Contract Specialist, Phone 301-286-3478, Fax 301-286-1720, - Antonios Seas, Contracting Officer Technical Representative, Phone 301-286-9260, Fax 301-286-1750, />
 
E-Mail Address
Ashley.N.McQueen@nasa.gov, antonios.a.seas@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administrations (NASA) Goddard Space FlightCenter (GSFC) is hereby soliciting capability statements and information from potentialsources for supplies and services to purchase the Laser Diode Arrays (LDAs) for the ATLASlaser system that will be part of the ICESat II mission. This document is forinformation and planning purposes and to allow industry the opportunity to verifyreasonableness and feasibility of the requirement, as well as promote competition. Therequirements for this effort include: 1. Semiconductor wafers will be grown and tested toyield 1700 usable bars. All bars must be manufactured with appropriate coatings and mustcomply with all the bars specifications attached (Please see attached specifications); 2.Manufacturing of 10 G2, 10 G4, and 15 G11 diode laser stacks, all of which must complywith all the LDA specifications and conditions attached (Please see attachedspecifications); and 3. Manufacturing of 50 G2, 50 G4, and 100 G11 diode laser stacks. These LDAs must comply with all the LDA conditions and specification attached (Please seeattached specifications). GSFC is seeking capabilities from all potential sources forthe purpose of determining the appropriate level of competition. This requirementsNAICS code is 334413 with a small business size standard of 500 employees.This sources sought synopsis is for informational and planning purposes only and is notto be construed as a commitment by the Government nor will the Government pay for anyinformation solicited.Since this is a sources sought announcement, no evaluationletters and/or results will be issued to the respondents. You are requested to provideelectronic responses (25-page maximum including attachments) via email to the primaryPoint of Contact (POC) for this requirement. Your response is required by the responsedate, indicated above.To facilitate a prompt review by the NASA team, a one-pagesummary shall be included with your capability statement(s), which identifies yourcompanys specific capabilities that are relevant to the requirement. Companies'responses and their summary page should include their name, address, primary POC andtelephone number, companys average annual revenues, for the past three years, totalnumber of employees, and your Government size standard/type classification (Large, Small,Small Disadvantaged, 8(a), Woman-owned, Service Disables Veteran, HUBZone, business, orHistorically Black Colleges and Universities), number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact address and phonenumber). The summary page will not count against the maximum page limit. Your detailedcapability statement to demonstrate full capability in performing the following: 1.Wafer preparation prior to growth2.Wafer characterization and analysis after growth. Supplier must provide (forreview) the full description of the measurements and procedures which must be done on thewafer and (or) bar level to insure that final laser diode arrays satisfy LDA performancerequirements.3.Bar processing after wafer cleaving, type of coating, and bar selection criteria.4.Detailed manufacturing plan describing all steps and material involved in thedevelopment of a LDA5.Tracking of LDAs during manufacturing (images, work orders, checkout procedures,etc)6.LDA characterization after integration and success criteria7.Burn-in approach. Other characterization/qualification prior to shipping8.Contamination control during all phases of LDA manufacturing and handling.9.Reject thresholds, what makes the company reject an assembled LDA10.Relevant extended long term testing of similar LDAs operating in QCW mode (CWtesting is not of interest) in vacuum and/or air operation. 11.Previous space flight experience of similar LDA packages operating in QCW mode.Provide specific type and quantity of LDAs supplied.12.Reliability analysis of QCW LDA13.Complete list of material used during the manufacturing process. (from wafer toassembled LDA)14.Description of facilities where all operations take place.15.Production volume of similar LDA packages (QCW G package) in the last 5 yearsIt is insufficient to provide only general feedback related to subcontractingopportunities for the various work requirements, given the possibility that the totalrequirement may be competed on an unrestricted basis. This feedback would be used asresearch information to determine whether or not to set aside this competition for smallbusinesses and to support the analysis and development of subcontracting goals, should itbe competed on an unrestricted basis. This feedback should also be providedelectronically via e-mail to the primary POC by the response date, indicated above.All technical questions should be directed to Dr. Antonios Seas, 301-286-9260 and allprocurement related questions should be directed to: Ashley McQueen, 301-286-3478. Please be advised if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Ashley McQueen, the primary POC,no later than the response date indicated above. Please reference NNG09214585L in anyresponse.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d6983520e398306677dac63a39d2666b&tab=core&_cview=1)
 
Record
SN01695855-W 20081025/081023221055-4eefe4007d3f1b7dfc4360b40ebbdf0c (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.