Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1999 PSA#2473

NASA/Goddard Space Flight Center, Code 214.1, Greenbelt, MD 20771

A -- INFRARED (IR) FOCAL PLANE ARRAYS (FPA) SOL RFO5-53329-359 DUE 112399 POC Glenn T Emig, Contract Specialist, Phone (301) 286-5182, Fax (301) 286-1670, Email gemig@pop200.gsfc.nasa.gov -- Michael E. McGrath, Contracting Officer, Phone (301)286-8085, Fax (301)286-1670, Email Michael.E.McGrath.1@gsfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GSFC/date.html#RFO5-53329-359. E-MAIL: Glenn T Emig, gemig@pop200.gsfc.nasa.gov. NASA/GSFC plans to issue a Request for Offer (RFO) for 1K x 1K Infrared (IR) Focal Plane Arrays (FPA) on a sole source basis to Rockwell Science Center (RSC). The FPAs are intended to be used by the Hubble Space Telescope's (HST) Wide Field Camera 3 (WFC3) instrument to be flown on Service Mission 4 (SM4) in July 2003 as well as the NEXUS payload which is tentatively planned for a mid-2003 launch. The procurement includes a base award for fifteen (15) FPAs for WFC3 and two additional options. The first option is for three (3) FPAs for NEXUS; the second option is for twelve (12) additional engineering/scientific grade FPAs for WFC3. The FPAs must satisfy the stringent instrument performance requirements for low temperature (-120C), low readout noise (less than 10 e-/readout), wavelength coverage (800 nm through 1.8 um), and sensitivity (better than 60% quantum efficiency) as dictated by the operational requirements for the WFC3 and NEXUS instruments. The combined multiplexer and detector construction needs to be engineered to deliver a customized band gap with an appropriate dark current (less than 0.2e-/sec/pixel) characteristics as a function of operating temperatures. The detector requirements for the WFC3 and NEXUS payloads are identical. RSC is the only known supplier of FPA that will meet the stated requirements. Authority permitting other than full and open competition is Federal Acquisition Regulation (FAR) 6.302-1, 10 U.S.C. 2304 (c)(1), Only One Responsible Source. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. See Note 22. An Ombudsman has been appointed. See Internet Note "B". Interested firms have 15 days from the publication of this synopsis to submit in writing to the identified point of contact, their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Firm date for receipt of offers will be stated in the RFO. All qualified responsible sources may submit an offer which shall be considered by the agency. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 11/08/99 (D-SN398994). (0312)

Loren Data Corp. http://www.ld.com (SYN# 0001 19991110\A-0001.SOL)


A - Research and Development Index Page