Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
SOURCES SOUGHT

59 -- GENERALIZED EMULATION OF MICROCIRCUITS

Notice Date
11/7/2016
 
Notice Type
Sources Sought
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX17R0019
 
Archive Date
12/22/2016
 
Point of Contact
Trent L. Daniels, Phone: 6146924683
 
E-Mail Address
trent.daniels@dla.mil
(trent.daniels@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. The purpose of the Sources Sought Notice is to gain knowledge of the potential qualified sources that are capable to provide Generalized Emulation of Microcircuits (GEM) devices to meet the needs of the DoD and DoD contractors to provide for readiness and logistical support. The Government plans to procure this is requirement in a sole source procurement with SRI International (03652). 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 in the Statement of Work (SOW) below; 2. Demonstration of capability to deliver efforts/production under delivery orders as described in the Statement of Work (SOW) below. STATEMENT OF WORK GENERALIZED EMULATION OF MICROCIRCUITS 1.0 BACKGROUND INFORMATION, OBJECTIVE, AND SCOPE OF WORK 1.1 BACKGROUND. The GEM Production Program has demonstrated the ability of the GEM program to provide full-scale production of microelectronic devices that meet the form, fit, function, and interface (F3I) requirements of the original devices. This SOW covers the effort needed to provide the Defense Logistics Agency (DLA) and the military services with the capability to provide for a continuing source for obsolete or otherwise unavailable microelectronics devices. 1.2 OBJECTIVE. The overall objective of this contract is to provide emulated microelectronic devices to meet the needs of the DoD and DoD contractors to provide for readiness and logistical support. It (the contract vehicle) will provide DLA with the capability to provide fully qualified military-grade microcircuits meeting the customers' requirements and performance parameters as outlined in the customers' data sheets or applicable military standard or specification. 1.3 SCOPE OF WORK. This contract is composed of two components: a core effort and a delivery order effort. The core effort consists of MIL-PRF-38535 certified GEM Device Design and Manufacturing capability and includes the capacity to produce and deliver microelectronic devices meeting the F3I requirements using the GEM technology in quantities required for the application(s). For the delivery order effort the Government may issue unilateral delivery orders pursuant to the ordering provisions of Section I of the contract. These delivery orders may be Customer Direct, DLA Direct, customer-funded requirements or GEM engineering services efforts. 1.3.1 Core Effort. 1.3.1.1 MIL-PRF-38535 certified GEM device design and manufacturing capability. The requirement includes the capacity to produce and deliver microelectronic devices meeting the F3I requirements using the GEM technology in quantities required for the application(s). a. Utilize existing MIL-PRF-38535 certified circuit design capability. b. Utilize existing 0.8u, 1.5u, 1.2u and 3.0u MIL-PRF-38535 certified fabrication capability c. Have existing trusted foundry accreditation from the National Security Agency (NSA) Trusted Access Program Office. d. Utilize existing MIL-PRF-38535 certified microcircuit test capability. e. Produce a GEM device that meets the original device requirements including all environmental and electrical parameters and physical configuration (package). f. Ability to interpret customer-supplied specification in order to ascertain relevant requirements such as performance, testing and quality assurance. g. Producing a GEM device that meets the original specification. h. Producing a GEM device using the GEM Design Library with the goal of first pass success of meeting the original device specification or drawing, as required by the individual delivery orders. i. Performing the GEM design effort with the GEM Design Library employing currently supported host equipment platforms. j. Ability to perform characterization for both functional and electrical (AC and DC) characteristics over the full military temperature range (-55C to +125C). k. Ability to perform reverse engineering on unknown and partially known microcircuit devices for functional and electrical parameters with or without technical data. l. Ability to adopt emulation capabilities developed through other DLA emulation efforts, including full integration into existing quality, production, pricing and customer support processes, when approved by the Government Program Manager. m. Capability and capacity to produce GEM prototype devices and deliver packaged and tested production units within the Required Delivery Dates (RDDs) as specified in individual contracts purchase orders, or delivery orders. n. Capacity to significantly increase the production and delivery of new production and previously delivered GEM parts to support DOD surge requirements. o. Ability to test GEM devices (either internally or through an approved contractor) for both functional and electrical (AC and DC) parameters. p. If necessary, provide DLA Land and Maritime with technical information sufficient for the preparation of a Standard Microcircuit Drawing (SMD) on a GEM device procured under this contract. q. Maintain Certification to Qualified Manufacturers List (QML) in accordance with MIL-PRF-38535. r. Maintaining the GEM Design Library including Models and individual Circuit Designs. 1.3.1.2 The contractor shall manage and report on the progress of the contract. Management will include, but not be limited to, responsibility for administrative control of procedural aspects of contract compliance, responsibility for administrative control of Government property, responsibility for production scheduling, responsibility for the composition and delivery of reports as required and responsibility for effective communication of technical and administrative information with the Contracting Officer's Technical Representative (COTR), the GEM Production Program Manager, and any other Contracting Officer designated Government personnel. As a minimum, the contractor shall track and report on the number of GEM designs being processed and completed including identification of customers and controlling part numbers emulated, the status of active Delivery Orders and the status of any interruptions of production or quality related deficiencies. The contractor shall also maintain and report the status of the GEM base wafer production and inventory. ( See CDRL A001 and A002) 1.3.1.3 The contractor shall maintain the GEM technology including the minimum level of processes (including process materials such as base wafers and long lead time packages) and the procedures necessary to provide the DoD with required GEM parts. This includes the capability as described in paragraph 1.3.1.1 to design and produce GEM parts. 1.3.1.4 The contractor shall provide the GEM Design Library updates to the DLA Land and Maritime GEM Program Office (as required). The contractor shall also provide training to designated DLA Land and Maritime GEM Program Office for the purpose of reviewing designs, as required. The maximum number of updates required to be delivered shall be twice each year. ( See CDRL A003 ) 1.3.1.5 The contractor shall provide for a coordinated Government and contractor marketing effort. The GEM contractor will have primary responsibility for marketing efforts with commercial enterprises and the Government will have primary responsibility for efforts within the military services and with foreign government agencies. Contractor travel related to marketing efforts under Government purview shall be coordinated with and approved by the Government. Costs associated with commercial marketing efforts shall be borne by the contractor except as approved by the Government. 1.3.1.6 The contractor shall provide engineering services such as technical interface with various Government entities such as Weapon System Program Offices, Weapon System Support Activities and other entities whose requirements may be met through GEM technology. The contractor shall also perform engineering services related to the replacement of printed wiring boards or elements thereof employing GEM technology. These engineering services and travel related to these services shall be coordinated with and approved by the Government. 1.3.2 Delivery Order Effort. 1.3.2.1 During the period of performance of this contract (including option periods, if exercised), the Government may issue unilateral delivery orders pursuant to the ordering of provisions of Section I of the contract. These delivery orders will identify the specific part(s) to be delivered, by National Stock Number (NSN), part number, specification or drawing number, as applicable. Delivery orders shall also specify quantities, delivery schedule, shipping points, preservation and packaging requirements, FOB point, and inspection/acceptance point. Government Source Inspection (GSI), First Article Testing, and MIL-PRF-38535 requirements may also be imposed, as appropriate, in individual delivery orders to ensure that the items meet all technical requirements. (CDRLs A004 thru A014 may be invoked on an individual delivery order and if required, the costs will be negotiated under the delivery order) 1.3.2.2 GEM engineering services (see 1.3.1.6) such as, but not limited to reviewing obsolescence studies to determine GEM applicability and services related to testing or compatibility of GEM devices may also be ordered under a delivery order. Although this activity is generally performed as part of the Core Effort (see 1.3.1), it may also be ordered separately under a delivery order; primarily to accommodate externally funded requirements. 1.3.2.3 GEM technology extensions such as, but not limited to covering additional microcircuit families by base array development, design modification or process enhancement may also be ordered under a delivery order, when approved by the Government Program Manager. Although this activity is generally performed as part of the Core Effort (see 1.3.1), it may also be ordered separately under a delivery order; primarily to accommodate externally funded requirements. 1.3.2.4 GEM design efforts including, but not limited to reverse engineering, performance requirement determination, and circuit design; with or without engineering samples and with or without fully qualified production quantities, when approved by the Government Program Manager. Engineering samples or prototype parts for application testing may also be ordered, when approved by the Government Program Manager. Although this activity is generally performed as part of the Core Effort (see 1.3.1), it may also be ordered separately under a delivery order; primarily to accommodate externally funded requirements. 1.3.2.5 Preservation and packaging of GEM parts shall be in accordance with the purchase order or other contract vehicle such as a delivery order. Military grade packaging in accordance with MIL-STD-129P w/CHANGE 4, MIL-STD-2073 and IPC/JEDEC J-STD-609 may be required. Also when specified, the contractor must affix passive Radio Frequency Identification (RFID) tags, at the case and palletized unit load levels, when shipping certain items to certain DOD locations. The contractor may be required to submit advance shipment notices to DOD via the Wide Area Work Flow (WAWF) system, to permit association of the passive RFID tag data with the corresponding shipment 1.3.2.6 During any portion of the period of performance of this contract the Government may issue unilateral delivery orders for parts such as, but not limited to parts produced on technology extension processes (see 1.3.2.3). Because of the lack of maturity of these processes and the consequent lack of cost data for elements of part production (e.g., process variability, expected production yield, assembly costs and initial quality assurance testing costs) it will not be reasonable to expect the contractor to be able to project the total part cost without significant risk. As such, pricing and elements of costs to be included in the part price will be negotiated with each delivery order. These delivery orders will identify the specific part(s) to be delivered, by National Stock Number (NSN), part number, specification or drawing number, as applicable. Delivery orders shall also specify quantities, delivery schedule, shipping points, preservation and packaging requirements, FOB point, and inspection/acceptance point. Government Source Inspection (GSI), First Article Testing, and MIL-PRF-38535 requirements may also be imposed, as appropriate, in individual delivery orders to ensure that the items meet all technical requirements. 1.3.2.7 During any portion of the period of performance of this contract the Government may issue unilateral delivery orders for parts from other DLA-developed emulation capabilities (see 1.3.1.1.h). These delivery orders may be, but are not limited, to emulated parts deemed to be in a limited production status. Because of the lack of maturity of these processes and the consequent lack of cost data for elements of part production (e.g., process variability, expected production yield, assembly costs, and initial quality assurance testing costs) it will not be reasonable to expect the contractor to be able to project the total part cost without significant risk. As such, pricing and elements of costs to be included in the part price will be negotiated with each delivery order. Exact specifications of the emulated devices will be described at the time of ordering. 1.3.3 Management. The contractor shall assign a Manager (herewith designated as a key person) to the GEM Production Program. He/she shall be responsible for direct technical communication with the Contracting Officer's Technical Representative (COTR), the GEM Production Program Manager, and any other Contracting Officer designated Government personnel. Due to the highly skilled technical nature of the GEM Program's tasking, all technical personnel possessing Bachelor's degrees and above shall be designated as key personnel. Any proposed changes in key personnel shall be submitted in writing (with full resume) to the Contracting Officer for consideration no later than 30 days prior to the proposed date of personnel change. All key personnel changes must be approved by the Contracting Officer in writing prior to the change of personnel. A listing (accompanied by full resumes) of all key personnel performing under the GEM Program shall be provided to the Contracting Officer upon initiation of the contract. 1.4 DEFINITIONS. 1.4.1 Obsolete item. An item that has been discontinued by a manufacturer due to loss of production capability, lack of necessary tooling or materials or a business decision. 1.4.2 Non-procurable item. An item that has been subjected to the procurement process and has resulted in a no bid or bid deemed "non-responsive" to the government's requirement. Note: For the purpose of this statement of work and associated documents the above definitions may be used interchangeably. 2.0 APPLICABLE DOCUMENTS. MIL-M-38510 Valid Notice 2 (Detail Specification Microcircuits, General Specification for) MIL-PRF-38534 (Performance Specification, Hybrid Microcircuits, General Specification, for) MIL-PRF-38535 (Performance Specification, Integrated Circuits (Microcircuits) Manufacturing, General Specification for) MIL-STD-883 (DoD Test Method Standard Microcircuits) MIL-STD-1285 (DoD Standard Practice Marking of Electrical and Electronic Components) MIL-STD-1835 (DoD Interface Standard Electronic Component Case Outlines) MIL-STD-2073 Change Notice 1 (DoD Standard Practice for Military Packaging) MIL-STD-129P w/CHANGE 4 (Military Marking for Shipment and Storage) IPC/JEDEC J-STD-609 (Marking and Labeling of Components to Identify Lead (Pb)) RFID DFARS CLAUSE 252.211-7006 (Radio Frequency Identification) Information submitted should include qualifications related to experience, personnel and facilities; as well as 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. Responses to this announcement shall be forwarded to Trent Daniels at DLA Land and Maritime, Strategic Acquisition Program Directorate, 3990 East Broad Street, Columbus Ohio, Attn: Trent Daniels
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX17R0019/listing.html)
 
Place of Performance
Address: 3990 EAST BROAD STREET, COLUMBUS, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN04321888-W 20161109/161107234251-e1f98881aa09b4694325760d1069db39 (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.