|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295Advanced Research Projects Agency (ARPA), Contracts Management Office
(CMO), 3701 North Fairfax Drive, Arlington, VA 22203-1714 A -- MODULES FOR LITHOGRAPHY SYSTEMS FOR DESIGN RULES OF 0.18
MICROMETERS AND SMALLER SOL BAA95-22 DUE 033195 POC David O. Patterson,
ARPA/MTO, FAX: (703)696-2201. The Advanced Research Projects Agency
(ARPA) solicits preproposals, and subsequently full proposals, for
developments of modular subsystems of lithography tools suitable for
fabrication of semiconductor devices with design rules of 0.18
micrometer and smaller. Specific end applications of interest are deep
ultraviolet lithography tools and x-ray point source aligners.
Specifically, the goal of this program is to design, construct and
characterize one or more of each of the following: 1) a wafer stage
suitable for integration with both optical and x-ray sources, 2) x-ray
point sources. One or more efforts up to 48 months in duration are
envisioned. Offerors are required to propose a basic program with
additional 12-month options as needed. The basic program and each
12-month option must have specific measurable goals and deliverables so
that progress on the contract can be determined. FY 1995 funds in
excess of $5M are available for this procurement. The advanced
lithography effort(s) to be proposed shall provide DoD early access and
contribute significantly to the development of commercially viable
semiconductor lithography systems meeting the array of needs of
industrial production, including the following characteristics: 1)
Exposing minimum features at least as small as 0.18 micrometers, with
the potential for scaling to the 0.13 micrometer generation of
technology, 2) Capable of printing at least 26 mm X 30 mm fields over
the entire surface of a 300 millimeter diameter semiconductor wafer, 3)
Capable of automatic registration of images between masking levels with
an accuracy of at least 0.05 micrometers (mean plus three sigma), with
the potential for achieving overlay and alignment accuracies required
for manufacturing the 0.13 micrometer generation of technology, 4)
Control of critical dimensions to 18 nm, and 5) Finally, improved cost
of ownership through factors such as high throughput, tool
availability,and minimal initial tool cost. The proposer may offer
alternative specifications, or a complete pattern transfer tool,
appropriate justification must be provided. Both the preproposals and
subsequent full proposals will be evaluated with respect to the
following evaluation criteria given in descending order of importance:
1) Projected impact of the technology proposed on initial cost and
cost of ownership of eventual production models of the lithography
system to be developed, 2) Offeror's commercialization plan (suppliers
for key subsystems, integration, field service, etc.) for scale up to
production quantities for the proposed tool, 3) Offeror's technical
approach--ability to meet or exceed the specified program goals,
including projected error budgets, expected performance for each area
mentioned above, and new advances toward meeting requirements for 0.13
micrometer design rules, 4) Offeror's evaluation of risk in the
proposed approach, i.e. clear identification of critical problem areas
and realism of proposed solutions, 5) Offeror's present technical
capabilities applicable to the proposed technology, 6) Proposed
technology's compatibility with, and ease of, insertion into a
semiconductor manufacturing line, 7) Management structure and past
performance, 8) Specificity and realism of proposed yearly
milestone(s), 9) Qualifications of key personnel proposed for this
program, and 10) Cost realism of the proposal. Offerors are expected to
consider carefully the evaluation criteria in proposal preparation.
Proposals should be written such that extensive searching is not
required to evaluate the proposal against the stated criteria. The
government reserves the right to include consultants from non-profit
institutions on the evaluation team. This BAA will remain open until
September 30, 1996, however, to be considered for FY95 funding,
preproposals must be received no later than 4:00 p.m. local time, March
31, 1995 at the address listed below. Preproposals shall be evaluated
for technical merit as soon as they are received. Acknowledgement of
receipt of preproposals will not be made, and preproposals will not be
returned. This initial screening will minimize unnecessary effort and
expense in proposal preparation and review. ARPA will recommend that
those offerors with promising preproposals submit full technical and
cost proposals. Individual offerors will be given 30 days to submit a
full proposal following written notification by ARPA that the
preproposal indicates the offeror has a reasonable chance of submitting
a competitive offer. Regardless of the recommendation, the decision to
submit a full proposal is the responsibility of the offeror. All
responsible sources capable of satisfying the government's needs may
submit a full proposal which will be considered by ARPA. Preproposals
and full proposals may not be submitted by telefax or electronic mail,
any so sent will be disregarded. Preproposals shall be limited to 15
pages. Preproposals shall only contain a rough estimate of cost. Full
proposals shall be formatted in two volumes. Volume 1 of the proposal
shall include an Executive Summary, a Technical Approach including a
description of Relevant Prior Work, a Program Plan including a
Statement of Work, Milestone Charts, a Facilities and Equipment
Description, a Management Plan including a description of the company's
plans for marketing the product to be developed, and Resumes of Key
Individuals. Volume 1 shall be limited to a maximum of 75 pages. The
preproposal and the full proposal shall be submitted on single-sided,
double-spaced pages, font to be not smaller than 12 point, one inch
left/right margins, 1.25 inch top margins, 0.5 inch bottom margins on
all sheets. The page count shall include all figures, tables and
charts. Volume 2, the Cost Proposal, shall contain all cost/price
information with supporting cost schedules consistent with the
offeror's cost accounting system. Cost breakdowns shall include
materials, direct labor, subcontracts, indirect costs, and other direct
costs such as special test equipment or travel. Offerors shall provide
exhibits as necessary to substantiate cost elements. All paragraphs
containing proprietary material must be clearly marked and will be held
in strict confidence. There will be no formal RFP or other solicitation
with regard to this requirement. Requests for same will be disregarded.
ARPA reserves the right to select for award all, some or none of the
proposals received, and intends to establish options for all efforts
proposed for longer than 12 months. No portion of this BAA will be set
aside for Historically Black Colleges and Universities (HBCU) and
Minority Institutions (MI) participation due to the impracticality of
reserving discrete or severable areas of research. However, appropriate
university and small business participation is encouraged, and all
interested parties are invited to submit proposals and/or join others
in submitting proposals. This BAA is an expression of interest only and
does not commit the government to pay any preproposal or proposal
costs. No telephone inquiries regarding this solicitation will be
acceptable, telefax contact is David O. Patterson, 703-696-2201. Eight
(8) copies of all preproposals and proposals shall be submitted and
must reference BAA#95-22. The submissions shall be mailed to ARPA/MTO,
Attention: Mr. David O. Patterson, 3701 N. Fairfax Drive, Arlington,
VA 22203-1714. (0060) Loren Data Corp. http://www.ld.com (SYN# 0003 19950302\A-0003.SOL)
A - Research and Development Index Page
|
|