SOLICITATION NOTICE
66 -- SILICON DETECTORS
- Notice Date
- 6/21/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG13477496Q
- Response Due
- 7/3/2013
- Archive Date
- 6/21/2014
- Point of Contact
- Tamika R Seaforth, Simplified Acquisition Spec, Phone 301-286-8386, Fax 301-286-1773, Email Tamika.R.Seaforth@nasa.gov
- E-Mail Address
-
Tamika R Seaforth
(Tamika.R.Seaforth@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for the following: 6 Silicon detectors MSD040-1500 fully flight qualified silicon type: 1500 microns thick (total thickness variation +/- 25 microns), defect free finish (free of scratches or hillocks)under X10 magnification detector spec: Ion implanted Multiguard/Field Plate Structure Single Active Area 12.5cm2 Active diameter: 40mm Window Type: 2M (<1 micron) both faces Full depletion (FD) 250 +/- 50 volts subject to silicon selected post processing Operating voltage FD to FD + 30V (FD + 15V typical) Capacitance (FD) 100pF typical Leakage Current (FD + 30V) 2uA typical 3uA maximum Forward voltage (10mA) 0.8 volts maximum Multi guard ring floating unbiased Total alpha resolution (junction) 241 Am 75KeV maximum Total alpha resolution (ohmic) Am 100KeV maximum Metallising aluminium 3000A minimum (4KeV electron cut off) Both sides (to specify) 3000A maximum (4KeV electron cut off) Reliability (NASA standard) 21 days + 40C 10 6 torr V operating (72 hours for Engineering models) Leakage current must plateau over this period normally increasing by a factor of 8 to that at 20C This vacuum test can be a failure mode Flight qualification: Followed by QA documentation / Test Data/ C of C Wire bonding: minimum 2 per electrode with 3 preferred, anode, cathode with guard ring floating (100% Non-destructive pull test: MIL-STD-883 Method 2023.5) Quality assurance: ISO9001 (full traceability) BSENISO9001-2000 Detectors supplied with QA release documentation/ test data/ C of C (Certificate of Conformance) Flight Qualification Burn in 168 hours + 40C nitrogen Temperature cycling 40C to +40C 10 cycles plus additional 1 cycle 50C to +60C Random vibration (3 axis) 1-minute 20Hz 2KHz to RBSP g-level specification Vacuum stability (Flight) 21 days + 40C 10 6 torr V operating Biasing: junction side (anode 1, anode 2) negative or zero Inner guard ring Negative or zero Ohmic side: Positive Output pulse: positive going The provisions and clauses in the RFQ are those in effect through FAC _2005-66 The NAICS Code for this procurement is 334413.The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASAs Goddard Space Flight Center is required within 6 months ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by July 3, 2013 @ 2:30PM EST via email to Tamika.R.Seaforth@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 2.1.1 52.209-6 Protecting the Governments Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed For Debarment (SEP 2007); 2.1.2 52.211-16 Variation in Quantity (APR 1984); 2.1.3 52.213-3 Notice to Supplier (APR 1984); 2.1.4 52.252-2 Clauses Incorporated by Reference (FEB 1998). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to individual listed below no later than June 26, 2013. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG13477496Q/listing.html)
- Record
- SN03096827-W 20130623/130621235051-65d69f5a2f476eddd76f6d1091393480 (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 |