Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

A -- DESIGN, FABRICATION, AND TESTING OF SOLID STATE IMAGE SENSORS SOL 8-1-8-15-B8685 POC Patsy C. Hoffman, Contract Specialist, Phone (205) 544-7040, Fax (205) 544-9080, Email patsy.hoffman@ msfc.nasa.gov -- Jane Maples, Contracting Officer, Phone (205) 544-0344, Fax (205) 544-9080, Email jane.maples@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-8-15-B8685. E-MAIL: Patsy C. Hoffman, patsy.hoffman@msfc.nasa.gov. NASA/MSFC plans to issue a Request for Offer (RFO) for the design, fabrication, and testing of solid state image sensors with drive electronics, mating connectors with cabling (if required), image sensors, lens to charge-coupled device (CCD) installation/alignment, and supporting documentation for the Lightning Mapper Sensor (LMS). The image sensor shall consist of two 700 by 560 pixel frame transfer CCD, charge injection device (CID), or similar architecture that minimizes smearing during frame transfer. The necessary electronics to drive the image sensors shall be supplied to allow for 12 parallel video outputs from each sensor to be obtained using DC power. The quantum efficiency shall be 75% or greater at 777.4 nm with a fill factor greater than 95%. The readout rate shall be 500 frames/sec and the frame transfer rate shall be less than 5% of the integration time. The sensor/electronics shall be of a modular construction so it can be incorporated into a system design (i.e. supplied without housing). Selected contractor shall be required to participate in technical reviews. Deliverables include, but are not limited to, the following: brassboard (1), engineering units (3), and flight units (3). The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The SIC Code and Size Standard are 3672 and 500 employees, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-03. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFO is on or about March 26, 1998, with an anticipated offer due date of on or about April 27, 1998. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/MSFC Business Opportunities home page is http://procurement.nasa.gov/EPS/MSFC/class.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0070)

Loren Data Corp. http://www.ld.com (SYN# 0003 19980316\A-0003.SOL)


A - Research and Development Index Page