SOLICITATION NOTICE
A -- TWO-DIMENSIONAL SIMULATION STUDY
- Notice Date
- 6/4/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC04066838Q
- Response Due
- 6/21/2004
- Archive Date
- 6/4/2005
- Point of Contact
- Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
- E-Mail Address
-
Email your questions to Timothy M. Bober
(Timothy.M.Bober@nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for other than commercial items. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for Two-dimensional simulation studies of wide-bandgap heterojunction devices for microwave power amplifiers, (SiC and GaN). Background: NASA Glenn Research Center (GRC) has been working in the field of wide-bandgap semiconductor devices for future high frequency, high power devices. Numerical simulation is essential for guidance in design, and corroboration of measurements in the lab. We have been using the software package from SILVACO DATA SYSTEMS, INC., and seek to continue along this path. This solicitation is for simulation services using the above mentioned software. Objective: The Contractor shall perform the tasks listed below. Required input data for Silvaco ATLAS and Monte Carlo (MOCASIM) simulations will be provided by NASA-Glenn. Tasks: 1. The Contractor shall investigate reliability issues of AlGaN/GaN High Electron Mobility Transistors (HEMTs): current collapse, knee walk-out, and Schottky gate leakage at the onset of radio frequency (RF) power saturation. This requires incorporating various traps in different locations in the device, and observing the above phenomena as a function of radio frequency drive and temperature. Next, the Contractor shall develop a solution to these problems that will be tried by incorporating a second gate (or field plate) near the drain contact. The size, position, and bias values shall be examined to see if mitigation of the above problems is possible. 2. The Contractor shall test the improved modeling scheme in ATLAS for AlGaN/GaN HEMTs, which uses multiple charge sheets to correctly model the polarization field which creates the 2D quantum well. Next, the Contractor shall ascertain the ability to create the desired band structures for different doping and layer designs. Then the Contractor shall determine the quantum levels accurately, such that the developed current-voltage characteristics are similar to those envisioned by that design. Finally, the Contractor shall determine the temperature effects on the above quantities, using the thermal subroutine GIGA. 3. The Contractor shall test the improved model for RF current collapse, and its mitigation by a field plate. The Contractor shall generate graphs, plots, and charts to facilitate display of the results. The Contractor shall interact with NASA-Glenn technical point of contact at least once a week. The interaction shall occur at GRC, when requested by the NASA technical point of contact. Requirement for Descriptive Literature: In order to ascertain that the Contractor can adequately perform the minimum tasks prospective, the Contractor shall furnish the following descriptive literature items with their quotation for technical evaluation prior to selection: 1. The Contractor shall provide a printout or CD of the material file and device structure definition file that the bidder used to perform a 4H-SiC or 6H-SiC field-effect transistor simulation, or a GaN HEMT simulation, using Silvaco software. 2. The Contractor shall provide a color two-dimension Silvaco TonyPlot printout or postscript file of the field-effect channel charge carrier concentration that the bidder simulated during a 4H-SiC or 6H-SiC field-effect transistor or HEMT simulation. This plot shall encompass the source, drain, and channel region of the device, and shall be plotted on a logarithmic carrier concentration scale. The plot shall include a numerical color scale plot legend. 3. The Contractor shall provide printout of an RF simulation, giving S-parameters for both a standard design and a modified one using a field plate. Failure to provide either of the above-specified items shall render the bid non-responsive. The files and plots will be evaluated for accuracy and clarity relative to known SiC and GaN device behaviors. Deliverables: This shall be a fixed price order. The deliverables consist of files for each task, Tonyplots of requested items for specific runs, and two interim reports summarizing the results. The first interim report shall be due 7 weeks after receipt of order. The second interim report shall be due 14 weeks after receipt of order. A final report is needed to document the overall effort; as well as indicate directions for future investigations. All reports shall consist of text and Tonyplots, and other graphs and tables as needed, that explain and summarizes the outcomes for each of the tasks considered for that reporting period. Best Value Characteristics The following value characteristics are applicable to this procurement; 1. Technical Strength of Approach. 2. Demonstrated ability to work efficiently with SILVACO tools. 3. Demonstrated ability to adjust parameters for fast convergence; especially in the quantum level calculations. 4. Experience of applying the tools to nitride compounds. Period of Performance: The period of performance for this effort shall be five months after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE STATEMENT OF WORK** This procurement is a total small business set-aside. See Note 1. The provisions and clauses in the RFQ are those in effect through FAC 01-22. The NAICS Code and the small business size standard for this procurement are 541710 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Glenn Research Center is required within five months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by Monday June 21, 2004 at 4:30 p.m. local time and may be e-mailed, faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland, Ohio 44135 and must 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. 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 52.213-4 (OCT 2003), Contract Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7 52.212-3, 52.222-3, 52.222-19, 52-222-21, 52.222-26, 52.225-13, 52.232-33, 52.243-1, 52.245-4. NFS 1852.215-84 and 1852.225-70. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Monday June 14, 2004. Telephone questions WILL NOT be accepted. Award will be based upon overall best value to the Government among those offers that meet the specifications general instructions above. Consideration will be given to the factors of meeting specifications, total price, best value criteria (see the above statement of work) and past performance. Other criteria requirements (stated above) in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the proposal meets the Government?s requirements (see the above Statement of Work). **It is critical that the offerors provide adequate detail to allow the Government to evaluate their offeror. ** Offerors must include completed copies of the provision at 1852.213-70, Offeror Representations and Certifications ? Other Than Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/NonCommercial_Reps_n_Certs.doc These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#110708)
- Record
- SN00598544-W 20040606/040606111659 (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 |