|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867WL/MTPD, Building 22B, 2700 D Street, Suite 2, Wright-Patterson AFB, OH
45433-7405 A -- DEFENSE PRODUCTION ACT,TITLE III SILICON ON INSULATOR (SOI) WAFER
PROJECT SOL BAA-97-03-MTPD DUE 081397 POC Willa M. Eichelman,
Contracting Officer, (937) 255-9665, Ext 225 E-MAIL:
eichelwm@wlmta.wpafb.af.mil, eichelwm@wlmta.wpafb.af.mil. A --
INTRODUCTION: The Title III Program Office of the Wright Laboratory
Manufacturing Directorate is soliciting proposals for the creation of
a long term, financially viable, domestic Silicon on Insulator (SOI)
wafer production capacity. The Air Force, as the Executive Agent for
the Defense Production Act (DPA) Title III Program, is authorized to
provide appropriate incentives to establish, maintain, modernize, and
expand domestic production capacities for critical technology items and
industrial resources essential for national defense. It should be noted
that the production capacity for these SOI wafers must be a domestic
source. The DPA defines domestic source as: a business concern that
performs substantially all of the research and development,
engineering, manufacturing and production activities in the U.S. or
Canada. While Title III projects are concentrating on technical
aspects, the overall objective is to find and fund a business solution.
The current critical production demand for SOI substrates has been
classified as either thick or thin SOI wafers. This classification is
important only when considering if analog or digital devices are to be
produced. DoD has the need for both analog and digital devices. Device
manufacturers currently specify SOI wafers by stating the buried oxide
(BOX) layer thickness and device silicon layer thickness. Current
production specifications for thick SOI wafers are greater than 1.0
microns device layer and greater than 1.0 microns BOX, as defined by
large scale commercial applications. Thin SOI wafers are less than 1.0
microns for both device layer and BOX thickness. It is the
government's expectation that this effort will establish a source
capable of meeting these current specifications. Many device
applications have dual (military and commercial) usage and have not
been fully exploited due to the non-availability of high volume
on-shore SOI suppliers. The Government's interest in this industry is
to form a partnership with the potential (larger) commercial market.
Inherent benefits of operating state-of-the-art facilities would ensure
material availability for DoD and potentially lower weapon system
procurement costs. Electronic devices of direct interest to the
military have high performance, low power and radiation hardened (RAD
HARD) attributes, in aggregate or combination, i.e.- power integrated
circuits, analog bipolar circuits for wide dynamic range analog to
digital converters (ADC) and digital to analog converters (DAC), smart
power, memory and processing. These devices will be needed to maintain
current military systems, procure upgrades or build new systems,
ranging from portable communication equipment, radar, electronic
countermeasures, defense and counter-strike missiles to satellites.
Commercial applications mirror military requirements, due to the
similar need for high speed and wide dynamic range analog, ADC and DAC,
smart power, and lower cost devices to support the burgeoning
commercial satellite communications market. Due to the potential large
commercial market with its possible profit potential, some level of
cost sharing is required. Proposals in response to this BAA shall be
received by 13 AUG 97, 1500 hours Eastern Daylight Time (EDT),
addressed to WL/MTPD, Building 22B, 2700 D Street, Suite 2,
Wright-Patterson AFB OH 45433-7405, Attention: Ms Willa Eichelman,
Procurement Contracting Officer. This is an unrestricted solicitation.
Small businesses are encouraged to propose on this solicitation.
Proposals submitted shall be in accordance with this announcement.
Proposal receipt after the cutoff date and time specified herein shall
be treated in accordance with restrictions of FAR 52.215-10. A copy of
this provision may be obtained from the contracting point of contact.
Offerors should request a copy of the Wright Laboratory (WL) Guide
entitled, "PRDA and BAA Guide for Industry" dated Nov 92 (see section
"D-Proposal Preparation Instructions" below). This guide was
specifically designed to assist offerors in understanding the PRDA/BAA
proposal process. Copies may be requested from the Procurement
Contracting Officer, stated herein, or directly from the Internet, at
http://www.wl.wpafb.af.mil/contract/prdag.htm B-REQUIREMENTS: (1)
Technical/Business Description: The purpose of this effort is to
establish a long term, viable production capacity capable of producing
consistent, high quality and cost effective Silicon-on-Insulator (SOI)
wafers. Title III presently intends to establish at least one on-shore
supplier with the capacity of at least 1.4 million square inches per
year (50,000 six inch diameter wafer/year equivalent). A Title III
contract is anticipated to include some teaming arrangement that
consists of at least a wafer supplier and one or more electronic device
manufacturers. This contract shall contain a set of work statements'
for only that work deemed necessary to strengthen the contractor's
business, while positioning the contractor to supply DoD markets. A
current business plan should be enhanced by identifying potential areas
for assistance from a government partner, Title III. The proposal
should focus on efforts that will reduce risks and costs, eliminate
technical and market barriers, and accelerate market penetration. The
proposals shall clearly state the range of wafer specifications (i.e.
BOX, device layer, etc.) to be produced. Appropriate areas for Title
III assistance are shared work efforts focused on capacity expansion,
quality and yield improvement, cost reduction, qualification
assistance, working beta sites and marketing. The role of the device
manufacturer would be both as a beta site and a future customer.
Universities and government laboratories would also qualify as beta
sites. Each proposal must address annual capacity, capacity expansion,
technical maturity, beta sites, production requirements, wafer
specifications, markets to be penetrated, windows of opportunity,
portfolio of products, past sales history, prices, sales cost and sales
methodology. Another unique and appropriate area for Title III to
provide assistanceis in the area of a negotiated purchase commitment
phase, which would center around production and sales. This purchase
commitment phase would start only after the successful completion of
the other technical efforts (i.e.- facility upgrades, quality
improvements, etc.). Title III would enter this business arrangement as
a partner or buyer of last resort' for those wafers not sold to prime
customers. If this assistance is contemplated, the proposal must
include the following: the proposed quantity and price of wafers to be
considered; the rationale, justification and benefits for including a
purchase commitment. The total proposal cost must include the sum of
all work and all purchase commitment costs (note: all contracts will be
fully funded when awarded). (2) Deliverable Items: The following
deliverable items shall be proposed: (a) Status Report,
DI-MGMT-80386/T, quarterly, (b) Funds and Man-Hour Cost Report,
DI-FNCL-80331/T, monthly, (c) Scientific and Technical Reports,
Business Plan, DI-MISC-80711/T, annually, (d) Presentation Materials,
DI-ADMIN-81373/T, as required, (e) Scientific Technical Reports,
Project Final Report, DI-MISC-80711/T, draft and final. (3) Security
Requirements: The work performed as a result of this BAA will be
unclassified. (4) Other Special Requirements: Data generated by the
resulting contract(s) will be subject to export control and/or subject
to International Traffic in Arms Regulations. United States (US)
organizations are asked to contact the Procurement Contracting Officer
immediately if they anticipate employment of foreign nationals on this
program. C-ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: The total period of performance is not anticipated to
exceed 48 months. The purchase commitment phase should not exceed 24
months. Each proposal must ascertain the appropriate periods to perform
the technical and business efforts, as well as, the purchase commitment
phase. The Government reserves the right to fund any or all of the
potential phases based upon end-of-phase technical results and/or the
business and market environment. (2) Expected Award Date: October 1997.
(3) Government Funding Estimate: The Government anticipates one or more
contract awards with total Government funding not to exceed $7M. (4)
Type of Contract: Cost Sharing. Due to the portion and size of the
potential commercial market, some level of cost sharing will be
required. Appropriate areas for cost sharing are: labor hours, process
improvement, sample wafers, quality improvements, ISO 9000
certification, and wafer qualification. Inappropriate areas are: past
capital investments, planned capital investments, or subsidizing sales.
(5) Government Furnished Property: None contemplated. (6) Size Status:
For the purpose of this acquisition, the size standard is 500
employees (SIC 3674). (7) Notice to Foreign-Owned Firms: Such firms are
asked to immediately notify the Air Force point cited below upon
deciding to respond to this announcement. Foreign contractors should be
aware that restrictions may apply which could preclude their
participation in this acquisition. D-PROPOSAL PREPARATION INSTRUCTIONS:
(1) General Instructions: Offerors should apply the restrictive notice
prescribed in the provision at FAR 52.215-12, Restriction on
Disclosure and Use of Data to trade secrets or privileged commercial
and financial information contained in their proposals. Proposal
questions should be directed to one of the points of contact listed
elsewhere herein. A Wright Laboratory (WL) guide entitled "PRDA and BAA
Guide for Industry" is available to assist offerors in proposal
preparation. Copies may be requested from WL/PKO, Wright-Patterson AFB,
OH 45433-6503, telephone (937) 255-6969. Reference for the DPA is:
Section 303, Title III of the DPA of 1950, as amended (50 U.S.C. app
2093). Technical and cost proposals, submitted in separate volumes, are
required and must be valid for 180 days. Proposals must reference the
above PRDA number. All responsible sources may submit a proposal which
shall be considered against thecriteria set forth herein. Offerors are
advised that only contracting officers are legally authorized to
contractually bind or otherwise commit the government. (2) Cost
Proposal: The cost proposal shall be prepared in accordance with FAR
15.804-6 and shall include a Standard Form 1411, Contract Pricing
Proposal Cover Sheet, with all supporting data, in order to allow for
a complete review by the Government. The cost proposal shall include
all supporting information including breakdown of labor hours by
category, materials, travel, computer, subcontracting, and other direct
and indirect costs. An analysis of each major subcontractor must be
performed by the offeror in accordance with FAR 15.806-1 and included
in the cost proposal. Details of the cost sharing to be undertaken by
the offeror should be included in the cost proposal. A total of 7
copies shall be provided and one digital copy that is Microsoft Office
for Windows compatible. (3) Technical Proposal: The technical proposal
shall address how the offeror proposes to meet the technical and
business requirements, focusing around a concise narrative business
plan that highlights Title III assistance. The proposed work tasks
shall include both time and materials: man-hours, number and mix of
personnel (technical, managerial and marketing), calendar time, and
materials (wafers consumed in test or distributed as samples, etc.).
These work tasks will be formalized and compiled into the Statement of
Work (SOW). Additional background information to be included in the
technical proposal are: prior work in this area, descriptions of
available equipment, data, facilities and resumes of personnel who will
be participating in this effort. Therefore, the technical proposal
shall include: (1) Statement of Work (SOW) detailing the
technical/business tasks proposed and must be suitable for contract
incorporation, (2) Statement of Intention, if any, to use foreign
nationals, (3) Break out of man-hours for each task in the SOW and (4)
Identification of all subcontractors and the level of effort proposed
(5) Schedule showing each major SOW task, total period of performance,
contract deliverables and milestones. Offerors should refer to Section
A of the WL Guide referenced to assist in SOW preparation. Any
questions concerning the technical proposal or SOW preparation shall be
referred to the Technical Point of Contact cited in this announcement.
Offerors are hereby notified that the SOW may be incorporated, in
total or any part thereof, by reference, in any resulting award. The
paragraph numbering used in the Technical Proposal for the technical
approach discussion, SOW tasks, and the Cost Proposal shall all
correlate. Travel is projected to include, but not limited to,
semi-annual reviews at locations selected by the Government. A total of
10 copies are required and one digital copy of the statement of work
(SOW) that is Microsoft Office for Windows compatible. (4) Page
Limitations: Technical proposals shall not exceed 200 pages, double
spaced, single-sided on 8.5" x 11" paper using 12 point or larger type.
The page limitation includes all information including indexes,
photographs, fold-outs, and appendices, etc. Pages in excess of this
limitation will not be considered by the Government. There are no page
limitations for the cost proposal. (5) Preparation Cost: The cost of
preparing proposals in response to this BAA is not considered an
allowable direct charge to any resulting or any other contract.
However, it may be an allowable expense to the normal bid and proposal
indirect cost as specified in FAR 31.205-18. E-BASIS FOR AWARD: The
selection of one or more sources for award will be based on a complete
evaluation of offeror's proposals to determine the overall merit of
each in response to this announcement. The proposals shall be evaluated
based upon the following criteria which are listed in descending order
of importance. (1) Business Viability: (a) The extent to which this
market fits unto the corporate strategic plan, utilizing core
competencies. (b) The extent to which there is stakeholder involvement
in the project, demonstrated by teaming arrangements, where
stakeholders are defined as OEM and military users. (c) The
effectiveness and completeness of the proposal in demonstrating a
thorough understanding of the factors necessary to achieve an
economically-viable production capability. (d) The extent to which the
offeror possesses the business capability, experience, and willingness
to become a competitive merchant supplier of SOI substrates. (e) The
extent to which the offeror's proposal communicates a credible strategy
for overcoming existing barriers, both business and technical, to
successfully address North American markets for SOI wafers. (f) The
extent to which the offeror's Business Plan is structured to ensure
viable business and soundness of Title III assistance. (2)
Technical/Business Merit and Soundness of Approach: (a) Extent to which
the offeror proposes a solid, constructive plan of technological
achievement. (b) Extent to which the offeror's technical approach
reflects a thorough understanding of the critical technical/business
issues affecting the potential long term viability. (c) Extent to which
the proposed solutions have the potential for making a significant
impact on the SOI customer base. (d) Extent to which Beta sites are
selected and used. (e) Extent to which the proposed technical approach
will lead to improved material quality, increased wafer yield and
reduced production costs. (f) Level and use of a strong quality system.
(g) Organization, clarity and thoroughness of the proposed Statement of
Work (SOW). (3) Offeror's Capability and Experience: (a) The extent to
which the offeror demonstrates a proven capability to produce similar
products at production rates. (b) Extent to which the offeror
possesses the capability and experience to complete the proposed work.
(c) Degree to which the analyses, approaches, staffing methodology and
planning considerations demonstrate that the offeror has identified and
understood the Government requirements. (d) Degreeto which the proposal
shows a high probability of success. (4) Cost Realism: (a) Extent to
which the proposed cost bears a reasonable relationship to the proposed
scope of work. (b) Amount of cost share dollars proposed. No other
evaluation criteria will be used. The technical and cost information
will be evaluated at the same time. The Air Force reserves the right to
select for award of a contract, any, all, part, or none of the
proposals received. F-POINTS OF CONTACT: (1) Contracting/Cost: Ms.
Willa Eichelman, Wright Laboratory, Manufacturing Technology
Directorate, Processing and Fabrication Division, Defense Production
Act Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7739, telephone
(937) 255-9665 Ext. 225. (2) Technical: Mr. Eric Pohlenz, Wright
Laboratory, Manufacturing Technology Directorate, Processing and
Fabrication Division, Defense Production Act Branch, WL/MTPD,
Wright-Patterson AFB OH 45433-7739, telephone (937) 255-9665, Ext. 224.
The Program Sponsor is Dr. James Schwabe, Naval Surface Warfare Center
-- Crane Division, Code 605, Bld. 2087, 300 Highway 361, Crane, IN
47522-5001, telephone (812) 854-2280. (3) An Ombudsman has been
appointed to hear concern from offerors and potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the Contracting Officer,
but to communicate contractor concerns, issues, disagreements and
recommendations to the appropriate Government personnel. All potential
offerors should use the established channels to voice concerns before
resorting to use of the Ombudsman. When requested, the Ombudsman will
maintain strict confidentiality as to the source of concern. The
Ombudsman does not participate in the evaluation of proposals or in the
selection decision. Interested parties should direct all routine
communication concerning this acquisition to the Contracting Officer
listed above. The Ombudsman should only be contacted with issues or
problems that have been previously brought to the attention of the
contracting officer and could not be satisfactorily resolved at that
level. These serious concerns only may be directed to the Ombudsman,
Mr. Michael S. Coalson, ASC/SYI, Bldg 52, 2475 K St, Suite 1,
Wright-Patterson AFB, OH 45433-7642, E-mail coalsoms@sy.wpafb.af.mil,
phone (937)255-9279, extension 232. (See Note 26.) (0163) Loren Data Corp. http://www.ld.com (SYN# 0007 19970616\A-0007.SOL)
A - Research and Development Index Page
|
|