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