|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322Commander, U.S. Army Aviation and Missile Command, Acquisition Center,
Research Development and Engineering Center, Redstone Arsenal, AL
35898-5000 A -- DEVELOPMENT OF PLASTIC ENCAPSULATED MICROCIRCUIT (PEM) COATING
PROCESSES FOR MILITARY APPLICATIONS SOL DAAH01-99-R-RB01 DUE 052799 POC
Deidra Barnes, Contract Specialist, AMSAM-AC-RD-BA, (256) 876-3139, or
Harold Smith, Contracting Officer, (256) 876-0908 WEB: click here to
go to the ManTech web site, http://mantech.iitri.org. E-MAIL: click
here to contact Deidra Barnes, Contract Specialist,
barnes-dd@redstone.army.mil. U.S. Army Aviation & Missile Command
(AMCOM), Redstone Arsenal, AL A. BROAD AGENCY ANNOUNCEMENT
(BAA)DAAH01-99-R-RB01: DEVELOPMENT OF PLASTIC ENCAPSULATED MICROCIRCUIT
(PEM) COATING PROCESSES FOR MILITARY APPLICATIONS. OBJECTIVE: The
Missile Research, Development, and Engineering Center, AMCOM, is
seeking interested parties for development, refinement, and enhancement
of wafer-level processes that give semiconductor devices near-hermetic
environmental protection. The objective of this Manufacturing
Technology (ManTech) effort is to demonstrate and implement a
protective coating that can be economically applied, accepted by the
semiconductor industry, and provides the high level of environmental
protection required by most military applications. DISCUSSION This BAA
is soliciting proposals for a cooperative agreement with a vertically
integrated team for the manufacturing process development, reliability
testing, modeling, demonstration, and production line/system
implementation of a coating process performed at the wafer level to
provide integrated circuits (ICs) with near-hermetic protection. DoD
has been mandated to utilize commercial-off-the-shelf (COTS) components
wherever possible. This has led weapon system managers and system
integrators in the Defense industry to attempt rapid integration of
PEMs into their systems, leading to system reliability, field
performance, and lifecycle repair cost concerns. Common PEMs failure
mechanisms are: signal trace corrosion due to ionic contamination and
moisture entry into voids in the silicon nitride passivation, galvanic
corrosion on bond pads due to dissimilar metal contact (aluminum and
gold), delamination of the epoxy encapsulant, and cracking of the
encapsulant due to moisture absorption and rapid heating. Ceramic
packaged hermetic circuits, currently used in the majority of missile
systems, generally do not have these failure mechanisms, but are often
10 times more expensive than equivalent PEMs and are quickly becoming
obsolete as the military share of the overall electronics market
continues to shrink. Required shelf life of Army missiles range from
10-20 years and longer under a variety of uncontrolled storage and
operational conditions. Current PEMs have not been proven to be
reliable under long term unpowered storage in harsh environments. To
make PEMs a viable alternative and replacement to ceramic packaged
devices, an inexpensive, effective protection scheme must be used to
eliminate common PEMs failure mechanisms. Initial results under an Air
Force Science & Technology program have shown near hermetic protection
capabilities for Dow Corning's ChipSealTM. Benefits from the
availability of such a protective coating include increased
applicability of commercial ICs to harsh military environments, unit
cost at or near the price of commercial ICs, and increased flexibility
for military use of new and advanced semiconductor packaging. A
ChipSealTM or similar approach appears to be a potential low risk, near
term solution to the previously stated challenges for military system
production. REQUIREMENTS The tasks required for this effort include
(but are not limited to): A) Selection of protective material(s) and
baseline deposition processes (this effort is expected to contain
minimum materials down-select or development resources); B) Refinement
of materials and processes for a hermetic-like coating applied at the
wafer level; C) Utilization of Design of Experiments (DOE) techniques
to determine effectiveness of coating, yield improvements at wafer
probe and final packaged level, and potential
reliability/performance/cost improvements not related to hermeticity
(scratch resistance, epoxy adhesion, environmentally acceptable
processes, etc.); D) Assembly of beta process line(s) at semiconductor
manufacturing/packaging participant facilities; E) Qualification and
validation of beta process lines; F) Fabrication of test hardware and
execution of the DOE plan, G) Conducting qualification tests on
military hardware to verify compatibility with existing designs and
demonstrate applicability of this process to military systems; H)
Updating applicable Physics of Failure models to include
characteristics of packaged integrated circuits utilizing this coating;
I) Examination through tests and discussion with the semiconductor
industry as to the applicability of the proposed protective coating to
be used as a replacement for standard silicon nitride passivation; J)
Conducting periodic workshops with Government and Industry on status
of this effort; K) Demonstration/implementation of multiple part number
production on participating semiconductor manufacturers' lines. In
addressing the above efforts, candidate proposals must also identify
and outline how these additional requirements will be satisfied: 1. The
proposed team shall incorporate organizations from the following
sectors of the electronics industry: at least one major DoD weapon
system supplier/integrator, at least two semiconductor fabricators, a
materials provider, a third party semiconductor packaging/processing
house, and a certified, independent component testing house.
Semiconductor manufacturing/component reliability associations and
military grade component manufacturers/suppliers may also be invited to
participate if they are value-added. If an independent component
testing house is not proposed, an approach that can guarantee the
continuity and consistency equated with a single testing house shall be
proposed. Participants in this effort should be chosen in part based on
willingness and ability to incorporate developed technology into their
production lines. To insure broad adoption, the proposed coating
processes for integrated circuit protection should not be made
proprietary. 2. The proposal shall detail the materials, semiconductor
fabrication, packaging, and test capabilities of the team. The
proposed protective materials and processes shall include protection of
IC interconnection sites. The proposed materials and processes must be
compatible with and provide the same level of protection to silicon,
germanium, III-V, and II-VI compound substrate materials/processes and
IC metallization materials/processes. The proposed materials and
processes must be compatible with current packaging methods and
processes. 3. The proposal shall include an implementation plan
detailing how the results of this effort will be demonstrated and
implemented in semiconductor fabrication/packaging facilities and
demonstrated on specific weapon system hardware. The plan shall include
a methodology for benefits estimating/tracking and a commercialization
plan with a timeline. 4. The proposal shall include a plan for
developing a business case and reasoning for the semiconductor industry
to adopt the proposed method as a protective coating for military,
industrial, and commercial grade components. The plan shall also
investigate the benefits and acceptability of incorporating the coating
as an end-of-line process, third party service, as an enhancement to
military/industrial/medical grade component suppliers, and as a
replacement for standard integrated circuit passivation materials and
processes. 5. The proposal shall contain sufficient detail to determine
a minimum 1:1 cost sharing for this effort. Information on allowable
in-kind cost sharing can be found in OMB circular A-110 and DoD
3210.6-R, "DoD Grant and Agreement Regulations". Although not
admissible as cost sharing, leveraging of existing related federal
programs is encouraged. CRITERIA The following is the Proposal's
evaluation criteria: (NOTE -- Items 1 through 3 are in descending order
of importance, with Item 1 being the most important. The subcriteria
under items 1 through 3 are shown in descending order of importance.)
1. Technical * Auditable evidence of proposed materials and processes
to provide hermetic-like environmental protection to integrated
circuits. Materials and processes compatible with current semiconductor
materials, fabrication equipment, and fabrication/packaging processes.
Relative maturity of proposed materials and processes and associated
risks. * Demonstrated understanding of the technical issues outlined in
this announcement via thorough discussion of the issues, proposed
methodology, and solutions. * Previous experiences and understanding of
technical and programmatic issues regarding electronics reliability in
military operational environments. * Background and experience in the
areas of semiconductor and electronics manufacturing technology as
reflected in previous activities, product line and personnel
background, including relevant qualifications and time commitment of
essential technical and managerial personnel. * Previous successful
developments and implementations related to work to be performed in
this effort. 2. Management * Adequacy of plan for materials/process
refinement, testing, demonstration, implementation, and benefits
tracking of the IC protection methodology. * Value added vertical
integration of the proposed team and capabilities for refinement, cost
reduction, demonstration and implementation of the proposed materials
and processes. * Demonstrated willingness by semiconductor fabricators
and third party vendors to test and implement the proposed materials
and processes on their production lines. * Demonstration/implementation
plan that includes multiple DoD weapon systems (including at least one
Army missile system). * Explicitness of Letters of
Participation/Endorsement in terms of concise work statements and
willingness of team partners to fulfill their obligations. *
Understanding of the goals of this effort and reflection of this
understanding in the proposed resources, management structure,
organization, technical approach and work emphasis, use of
subcontracting, and leveraging of Government funds. * Adequacy and
availability of the facilities and equipment for program execution. *
Adequacy of policies on intellectual property, proprietary rights, and
patent restrictions, especially in regards to how they limit
technology transfer and rapid process adoption by industry. 3. Cost *
Reasonable cost to the Government, including cost sharing by industry,
other Government, and other participants in the form of matching
funding, equipment, facilities, or other "in-kind" resources. Costs
will be evaluated on the basis of cost realism. This pertains to the
offeror's ability to project costs which are realistic and reasonable
and which indicates whether the offeror understands the nature and
scope of the work to be performed. Costs to the Government will not
exceed the amount available for this program. * Minimum 1:1 cost
sharing, cost sharing greater than 1:1 is encouraged. Cost sharing will
be evaluated using the guidelines found in OMB Circular A-110 and DoD
3210.6-R, "DoD Grant and Agreement Regulations". * The commitment of
up-front dollars/man-power rather than in-kind cost sharing. If in-kind
cost sharing is proposed it should show a commitment to developing and
implementing the proposed IC protection technology. ADMINISTRATIVE Ten
copies of the proposal shall be submitted. The proposal shall consist
of two parts, technical and management (Part I) and cost (Part II).
Part I should not exceed 50 pages (12-point text), excluding resumes
and exhibits. Resumes and exhibits should not exceed 40 pages. Part II
shall not exceed 25 pages. The proposal shall contain a one-page
abstract summarizing the proposed effort that is releasable to the
public. All pages of the proposal, except the abstract page, will be
marked with "Official Use Only: Source Selection Information: See FAR
3.104", and any proprietary pages should be marked accordingly. Part I
shall include, as a minimum: 1) Proposer's cover page: with title,
technical point(s) of contact, administrative point(s) of contact,
pertinent phone numbers, fax numbers, and e-mail addresses, 2) Summary
page(s) of organizations participating in the proposal: with title,
technical point(s) of contact, administrative point(s) of contact,
pertinent phone numbers, fax numbers, and e-mail addresses, 3) Locator
matrix or index, identifying where specific announcement requirements
and criteria are addressed in the proposal, 4) An organizational plan
that outlines responsibilities of all the participants and will
include a graphical representation of the hierarchy, structure, and
interfaces between different elements of the team, 5) Overall technical
plan with technical approach, applicable data, graphics,
technical/programmatic schedules and milestones, 6) Draft
demonstration, implementation, and commercialization plan(s), 7)
Summary of related experience in electronics manufacturing, 8) A
listing and description of facilities and equipment, 9) Organization
and management plan, including subcontracting, 10) Statement regarding
existence of, or intention to obtain, facility and personnel
clearances for any proposed weapon system interaction/participation,
11) Type of support, if any, the offeror requests, e.g. facilities,
equipment, materials, manpower, R&D resources, 12) Proposed statement
of work. Part II shall contain as a minimum: (1) a one to-two page cost
summary and (2) supporting pages, which shall include a detailed
breakdown of labor categories, equipment, travel costs, and any other
direct and indirect costs, including subcontract costs. The Army will
accept proposals for a period of 45 calendar days after the date of
this announcement; the Army will not accept proposals after this
period. The Army reserves the right to select for award any, all, part,
or none of the responses received and intends to incrementally fund any
resultant agreement. A Cooperative Agreement shall be the instrument
for this action. The offerors may be required to have or obtain
security clearances up to and including the secret level for work
contemplated under this announcement. The BAA is an expression of
interest only and does not commit the Government to pay any proposal
preparation costs for responding to this BAA. The Government shall not
incur any cost for responses submitted. The Government shall not
consider the cost of preparing proposals in this announcement as an
allowable direct charge to any resulting cooperative agreement. It is,
however, an allowable expense to the normal bid and proposal indirect
cost as specified in FAR 31.205-18. Note that only the contracting
officer has authorization to award Government agreements pursuant to
this BAA. All responsible sources may submit a proposal, which shall
receive consideration by the Army. The Army reserves the right to award
to other than the lowest offeror. The Army intends to enter into a
three year agreement for this effort. The total amount of Government
funding available for this effort is approximately $5.0 million. The
first year funding increment will be approximately $1.5 million. Submit
all correspondence and proposals for the operation of the Center to:
U.S. Army Aviation & Missile Command Attn: AMSAM-AC-RD-BA/Deidra Barnes
Bldg. 5400 Redstone Arsenal, AL 35898-5270 Proposals/presentations
submitted via facsimile machine will not be considered. There will be
no formal request for proposal or any further solicitation document
issued in regard to this BAA. After review of the written proposal, an
offeror may, at the Government's discretion, be requested to provide
a comprehensive, oral presentation of the proposed methodology. For
additional information concerning this solicitation please access the
ManTech web site URL: http://mantech.iitri.org and click on
Procurement. All questions concerning the solicitation shall be
e-mailed to Deidra Barnes at barnes-dd@redstone.army.mil. Questions and
answers will be posted to the aforementioned web site confidentially.
The closing date of this solicitation is 27 May 99 at 4:00 p.m. CST.
Posted 04/08/99 (W-SN317817). (0098) Loren Data Corp. http://www.ld.com (SYN# 0008 19990412\A-0008.SOL)
A - Research and Development Index Page
|
|