Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

59 -- FABRICATE, CHARACTERIZE, AND DELIVER AN ENGINEERING GRADE 1024 X 1024 HGCDTE ON CDZNTE FOCAL PLANE ARRAY (FPA), AND PROVIDE AND INTEGRATE CAMERA ELECTRONICS INTO AN EXISTING FPA. SOL 1-130-GLD.2026 DUE 021299 POC Timothy P. Stubbs, Contract Specialist, Phone (757)-864-2460, Fax (757) 864-8863, Email T.P.STUBBS@larc.nasa.gov -- Stanley W. Ward, Contracting Officer, Phone (757)-864-2476, Fax (757) 864-8863, Email S.W.WARD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-130-GLD.2026. E-MAIL: Timothy P. Stubbs, T.P.STUBBS@larc.nasa.gov. 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 Offer for a focal plane array in accordance with the following Statement of Work: 1. Introduction This statement of work (SOW) specifies the work to be performed by the contractor in support of the Geo Tropsat project. 2. Work to be Performed The contractor shall fabricate, characterize, and deliver an engineering grade 1024x1024 HgCdTe on CdZnTe focal plane array (FPA). The contractor shall integrate a Government- provided Rockwell TCM2620 FPA with camera electronics. 2.1.1 Purpose LaRC is building a spread system to demonstrate the imaging gas filter correlation radiometry system in the laboratory. The spread system is being designed to test instrument concepts and technology in preparation for the development of a geostationary flight instrument. Geo Tropsat requires an advanced focal plane array (FPA) to operate at moderate temperatures. The intended gas filter correlation radiometry carbon monoxide (CO) measurement requires that the detectors respond to 2.33-2.38 mm radiation. This instrument will provide a direct measurement of tropospheric carbon monoxide with the high spatial and temporal resolution required to develop dynamic atmospheric chemistry models and provide continuous daytime coverage of the sources and transport of this atmospheric pollutant. 2.2 1024x1024 FPA Fabricate an engineering grade 1024x1024 HgCdTe on CdZnTe substrate FPA with a 2.5 5m cutoff wavelength optimized for an operating temperature of 120K. Determine the highest operating temperature such that the desired device will meet the noise equivalent irradiance (NEI) specification and goal shown below. GEO CO FPA Minimum Specifications: Pixel Operability is >50% (*); Pixel Dimensions are <20x20um x um; NEI is 5.0x1012 photons/(cm2sec) (*); Power Dissipation is <100mW (*); Frame Rate is 10Hz (*); Pixel Impacted by Spill Over is </-8 pixels; Well Depth is >3,000,000 electrons (*); Quantum Efficiency is >0.6 (*); Integration Times (variable) is 0.01- 10 seconds (*); Expected Scene Photon Flux is 1.0x1011 2.0x1014 photons/(cm2sec); Operating Temperature is 120k (*); Read Noise is <300 electrons (*). 2.3 TCM2620 Camera System The contractor shall manufacture and test, inclusive of providing all electronics and dewar referenced in items 2 through 7 listed below, and integrate the Government furnished TCM2620 256x256 FPA listed as item No.1 below to produce a TCM2620 Camera System. The camera system shall include: 1. Government furnished TCM2620 FPA, to be provided upon award 2. Temperature controllable liquid nitrogen pour fill dewar with an integral 2.5mm cutoff KIR filter 3. FPA control electronics with 4 analog to digital converter (ADC) cards 4. Image acquisition and FPA electronics control desktop computer 5. Image acquisition, correction, and electronics control software 6. Video display monitor 7. Temperature display/controller TCM2620 Camera System Minimum Specifications: Maximum Frame Rate is 30Hz or greater; ADC resolution is 12 bits or grater; Operating Temperature is Software controllable from 80k to >200k; Dewar Temperature Hold Time is 8 Hours (@80k); Cold Filter Cutoff Wavelength is 2.5um; Desktop Computer is Windows NT 4.0, Pentium II based system or equal; Camera Control Interface is RS-422; Real Time Pixel Correction Includes: 2-point Non-Uniformity Correction, separate coefficients for each pixel, ability to reorder pixels (user configurable arbitrary pixel remapping); Video Display Output Format is RS-170, SVGA non-interlaced; Software-Windows Based, Source Libraries, Software Development Kit for Windows, C/C++ Source Code; Software Functionality is FPA parameter setup (including frame rate and integration time), Image setup orientation, Image capture functions, Image display control, Image statistics, Image subtraction. 2.4 Deliverables 1) 1024x1024 engineering grade HgCdTe on CdZnTe substrate FPA described in section 2.2. 2) TCM2620 camera system described in section 2.3. 2.5 Schedule Deliverable 1) shall be delivered 240 days after award Deliverable 2) shall be delivered 120 days after award The provisions and clauses in the RFO are those in effect through FAC 97-8. The SIC code and the small business size standard for this procurement are 3829 AND 500 EMPLOYEES respectively. The offeror shall state in their offer their size status for this procurement. This is not a small business set-aside. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Langley Research Center is required within 240 days after award for deliverable item No.1, and 120 days after award for deliverable item No.2. Delivery shall be FOB Destination to NASA LaRC, Building 1206, citing the resultant contract number. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed to the NASA LaRC Bid Distribution Office, Mail Stop 144, Hampton, VA 23681-2199 by the date/time specified above and 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://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 52.214-34, 52.214-35, 52.233-2, NASA LaRC, Mail Stop 126, Hampton, VA, 23681-2199: NASA FAR Supplement clauses 1852.233-70. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. 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 is applicable. Addenda to FAR 52.212-4 are as follows: A) FAR Clause(s) 52.232-33, 52.233-3, 52.245-4, 52.247-34; B) NASA FAR Supplement clause(s) 1852.215-84, 1852.219-75, 1852.219-76, 1852.245-72. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference; 52.203-6 ALT 1, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-18, 52.225-21. Questions regarding this acquisition must be submitted in writing no later than January 25, 1999 and sent to the attention of Tim Stubbs, FAX (757)864-2460 or e-mail t.p.stubbs@larc.nasa.gov Offers are due by 3:00 p.m. local time, February 12, 1999 to the identified bid distribution office, marked with this solicitation number: 1-130-GLD.2026. The following is hereby provided as paragraph (a) for the clause at 52.212-2, Evaluation -- Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Price and other factors considered. The following factors will be used to evaluate offers: (1) Technical inclusive of the Best Value Selection (BVS) area, Relevant Experience and Past Performance, and Price. (2) Overall Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the supplies/services offered meet all of the Government s minimum specifications. The BVS areas are marked by an asterisk (*) in the specifications above; better overall proposed performance in these areas, as compared to that which is specified, constitutes the cumulative BVS area. Standard commercial product literature may be acceptable if it addresses the Technical areas adequately. Relevant Experience and Past Performance should be provided relative to Focal Plane Array fabrication. All offerors shall: address the overall technical requirements; address each BVS factor; provide relevant experience and past performance references in their offer; and provide a firm fixed price with their offer for each of the two items. For selection purposes, Technical, inclusive of the BVS area, will carry more weight than Relevant Experience and Past Performance; these two combined are essentially equal in relative importance to Price. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors should 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 this combination synopsis/solicitation and amendments (if any). Posted 01/22/99 (D-SN290430). (0022)

Loren Data Corp. http://www.ld.com (SYN# 0252 19990126\59-0010.SOL)


59 - Electrical and Electronic Equipment Components Index Page