SOURCES SOUGHT
A -- AVALANCHE PHOTO-DIODE IN THE 2 MICRON REGION
- Notice Date
- 6/20/2003
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- N.A.
- Response Due
- 7/4/2003
- Archive Date
- 6/20/2004
- Point of Contact
- Krista Y Jensen, Contract Specialist, Phone (757) 864-2812, Fax (757) 864-7709, Email Krista.Y.Jensen@nasa.gov - Richard T Cannella, Contract Specialist, Phone (757) 864-2494, Fax (757) 864-9774, Email Richard.T.Cannella@nasa.gov
- E-Mail Address
-
Email your questions to Krista Y Jensen
(Krista.Y.Jensen@nasa.gov)
- Description
- The NASA Langley Research Center (LaRC) is hereby soliciting information for potential sources for the development of an Avalanche Photo-Diode (APD) in the 2 Micron Region. This APD is requisite for CO2 Differential Absorption Lidar (DIAL) systems, for use from a space-based platform, in support of the NASA Earth & Space Technology Office (ESTO) mission. NASA APD REQUIREMENTS- The APD shall meet the following NASA requirements i) a spectral range 1.7 - 2.5 microns; ii) high responsivity, 50 A/W; iii) low noise, NEP ,2x10^-14 W/sqrt. Hz; and iv) Quantum Efficiency, 80% at an ambient temperature. Proposed Tasks include: ? Device development, including design and modeling, material growth and material characterization, device fabrication and characterization, and development of passivation techniques. ? Demonstrate a single APD detector suitable for 1.7 - 2.5 microns. Deliver this single APD detector to NASA LaRC. ? Develop Linear Array Prototyping using wire bond and characterization packaging. ? Demonstrate an array of APD detectors suitable for 2 microns. ? Complete 2-D array design and fabrication. Integrate the 2-D array to the breadboard instrument and test the instrument. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these cites for the release of any solicitation or synopsis. Interested offerors having the required specialized capabilities to meet the above requirement should submit a technical capability statement of 5 pages or less, including (1) a description of relevant experience and past performance (list of customers covering the past five years, highlighting relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact with address and phone number); (2) description of personnel resources and associated qualifications available for this effort and; (3) facilities available for this effort. Responses are requested not later than July 4, 2003. Responses must also include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). Technical questions should be directed to: Nurul Abedin at N.ABEDIN@LaRC.NASA.GOV. Procurement related questions should be directed to: Krista Jensen at Krista.Y.Jensen@NASA.GOV. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#106292)
- Record
- SN00353574-W 20030622/030620214131 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |