SOURCES SOUGHT
59 -- LTC For Advanced Microcircuit Emulation (AME)
- Notice Date
- 4/10/2012
- Notice Type
- Sources Sought
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPM7MX-12-R-0033
- Archive Date
- 5/10/2012
- Point of Contact
- Karl J. Hinch, Phone: 6146927954
- E-Mail Address
-
Karl.Hinch@dla.mil
(Karl.Hinch@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. The purpose of the sources sought synopsis is to gain knowledge of potential qualified sources that can provide emulated microelectronic devices to meet the needs of the DoD and DoD contractors for readiness and logistical support. The potential source must have the existing proven and demonstrated capability to be a continuing source for obsolete or otherwise unavailable microelectronics devices as described below through a five year contract. This source will provide DLA Land and Maritime with the capability to provide fully qualified military-grade microcircuits meeting the customers' requirements and make extensions thereto. The following capabilities are required: 1) AME Device Design and Manufacturing Capability. The potential source must have in house or captive capacity to produce and delivery microelectronic devices meeting the F3I requirements using the AME technology in quantities required for the application(s). This activity includes the turnkey design, fabrication, and assembly (packaging) of an AME device that meets the original device requirements including all environmental and electrical parameters and physical configuration (package); the ability to interpret customer-supplied specification in order to ascertain relevant requirement such as performance testing and quality assurance; capability of producing an AME emulated device that meets the original specification and/or using the AME Design Library with the goal of first pass success of meeting the original device specification or drawing; capability of performing the AME design effort with the AME Design Library employing currently supported host equipment platforms; ability to provide AME design library to selected customers and support a cooperative design effort; ability to perform characterization for both functional and electrical (AC and DC) characteristics over the full military temperature range (-55C to +125C); ability to perform device characterization on unknown and partially known microcircuit devices for functional electrical parameters with or without technical data; ability to derive netlists and schematics directly from silicon without additional device data, ability to adopt emulation capabilities developed through other Defense Logistics Agency (DLA) emulation efforts, including full integration into existing quality, production, pricing and customer support processes; ability to develop simulation models from both silicon and process specifications, capability and capacity to produce AME prototype devices and deliver packaged and tested production units within the Required Delivery Dates (RDDs); capacity to process an additional 2000 4-inch diameter personalized AME silicon wafers or equivalent per annum to support DoD surge requirement for AME parts; ability to test AME devices (both internally and through an approved contractor) for both functional and electrical (AC and DC) parameters; provide DLA Land and Maritime with technical information sufficient for the preparation of a Standard Microcircuit Drawing (SMD) on an AME device that may be procured under a resultant contract or delivery order; maintain Certification to Qualified Manufacturers List (QML) in accordance with MIL-PRF-38535. ability to interpret customer supplied specification in order to ascertain relevant requirements such as performance, testing and quality assurance; 2) Delivery Order Effort. Through the issuance of delivery orders, the potential source must be capable of providing AME engineering services including, but not limited to, reviewing obsolescence studies to determine AME applicability and services related to testing of compatibility of AME devices; AME technology extensions such as, but not limited to, encompassing additional microcircuit families; AME design effort including, but not limited to, device characterization, performance requirement determination, array design, process design, and circuit design; perform cooperative AME design with selected customers and support a cooperative design effort; provide military grade packaging in accordance with MIL-STD-2073; provide specific part(s) to be delivered, by National Stock Number (NSN), part number, specification or drawing number, in the quantities, delivery schedule, shipping points, preservation and packaging requirements, and inspection/acceptance as required; provide emulated parts deemed to be in a limited production status; and engineering services related to insertion/end use of AME technology devices. 3) AME Technology Extension: The potential source must be capable of extending the current AME capabilities. These tasks include, but are not limited to, ability to design new technologically advanced arrays compatible with existing and extensions to the existing fabrication process; ability to develop simulation models from both actual silicon and process specifications; ability to fabricate new base arrays; ability to develop and manage additional generic emulation design libraries; extension of existing generic emulation design libraries; ability to provide AME design library to selected customers and support a cooperative design effort; ability to develop new, innovative emulation methodologies including, but not limited to, test and characterization compatible with existing processes; ability to implement newly developed AME extensions in compliance with MIL-PRF-38535; and ability to successfully manufacture both demonstration and MIL-PRF-38535 level devices for these new extended capabilities. The potential source must assign a Manager to the AME Validation program and he/she must be responsible for direct technical communication with the Contracting Officer's Technical Representative (COTR), the AME Program Manager, and any other Contracting Officer designated Government personnel. Interested potential sources are invited to respond to this announcement by providing, as a minimum, the following: 1) demonstration of the design and manufacturing capability as described above 2) demonstration of capability to deliver efforts/production under delivery orders as described above 3) demonstration of the required capabilities of technology extensions as described above 4) information as applicable, under Note 25 NO SOLICITATION IS AVAILABLE. NO QUESTIONS WILL BE ENTERTAINED OR CLARIFICATIONS ISSUED. Responses to this announcement shall be forwarded to Karl Hinch at DLA Land and Maritime, Strategic Acquisition Program Directorate, 3990 E. Broad St., Columbus, OH 43213, Attn: Karl Hinch and are due no later than Apr 25, 2012. E-mail address: Karl.Hinch@dla.mil Notes: Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications 1) Experience: an outline of previous projects, specific work previously performed and any in house research and development effort; 2) Personnel: Name, professional qualifications and specific experience of scientist, engineers, and technical personnel who may be assigned as principal investigator and/or project officer; 3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7MX-12-R-0033/listing.html)
- Place of Performance
- Address: DLA Land and Maritime, Columbus, Ohio, 43213, United States
- Zip Code: 43213
- Zip Code: 43213
- Record
- SN02718458-W 20120412/120410235449-eab80759766378ff22fa9cf17a7a1f88 (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 |