SOLICITATION NOTICE
A -- PASSIVE MILLIMETER WAVE IMAGER (PMMWI)
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK05109470R
- Response Due
- 8/30/2005
- Archive Date
- 7/11/2006
- Description
- NASA/Kennedy Space Center (KSC) plans to issue a Best Value, Request for Proposal (RFP) for a "Passive Millimeter Wave Imager (PMMWI)". A synopsis of the requirement is as follows: Statement of Work: This brief Statement of Work (SOW) defines the required tasks the Contractor shall perform to design, fabricate, and assemble a Passive Millimeter Wavelength Imager (PMMWI) in prototype form for evaluation by the National Aeronautics & Space Administration (NASA). The Contractor shall provide all the resources required to design, fabricate, and assemble one (1) functioning prototype imager exemplar identified herein as required to investigate and develop suitable manufacturing process methodologies for subsequent imager production. The Contractor shall provide a final report documenting the design, manufacture and test of the imager. The Contractor shall also meet all requirements identified in the specifications. Note: Separate specifications (other than the SOW) will be provided in the RFP. Definitions: A Passive Millimeter Wavelength Imager (PMMWI) is a modular black and white imager intended for providing near real-time (10.0 frames or more per second) of gray-scale television imagery over an NTSC video output as delineated in the specifications. The PMMWI converts passively radiated millimeter wavelength energy from the object being imaged into a black and white TV picture through scanning and converting the scanned image into an NTSC video output. The physical configuration of the PMMWI is a largely modular design suitable for operation under a vibration environment as identified in the specifications. The Contractor specified design variables shall include: antenna aperture diameter, the scanning method used, speed of such method, and folded-optics configuration for reflecting, bouncing, and focusing the passive millimeter wavelength energy to form a video image. The Contractor is responsible for procuring and providing all InP, SiGe, GaAs, or similar semiconductor substrates/dice from foundries as chosen by the Contractor for use within the delivered prototype imager. The Contractor is responsible for procuring and providing all other materials required for fabricating and assembling the prototype PMMWI. The Contractor shall maintain a safe working environment for any and all personnel working on this project, while this work is performed. The Contractor shall use its expertise to design, develop, procure and utilize high-speed millimeter wavelength designs and detectors for PMMWI operation over the frequency range chosen by the Contractor in coordination with NASA personnel. The choice of operating frequency shall be approved by NASA personnel. It is expected that Contractor personnel will work closely with NASA personnel during the course of this project to quickly resolve any open technical and schedule issues. Project Tasks: The Contractor shall provide the personnel, data, materials, services, and facilities required to successfully perform the tasks specified herein for the PMMWI development, and the fabrication, testing, and delivery of the PMMWI exemplar, including as a minimum: a. Project Management b. Design and Fabrication of Sub-modules, structures, and other portions of the design c. Purchase and Screening of InP devices or other equivalent technology devices for Fabricating the PMMWI Die d. Purchase and development of semiconductor die for implementing the detectors through the appropriate semiconductor foundry e. Dicing of Individual PMMWI Die from the Processed Wafers Containing Multiple PMMWI Die, whether this is done at the Contractor?s facility or at another facility at the Contractor?s choosing f. Die Testing and Screening, whether this is done at the Contractor?s facility or at another facility at the Contractor?s choosing g. Testing h. Configuration Management i. Documentation j. Technical Reviews k. Meetings and Telephone Conferences l. General Support m. Test Support n. Training o. Shipping (Payment of applicable tariffs and fees) Deliverable Items and Schedule: The successful Contractor shall deliver a total of one (1) PMMWI and one (1) set of Critical Spares. The delivery of this PMMWI and this set of Critical Spares shall be within seven (7) months of the effective date of the contract. The PMMWI shall have a useful lifespan of 10 years with a Mean-Time-Between-Failure (MTBF) of 10,000 hours. An MTBF of 14,000 hours is preferred. Critical Spares may be assumed to be defined as the minimum set of replacement modules required to achieve a probability of success of not less than 0.90 of completing one year of continuous operation at a temperature of 50 degrees C, estimated using Mean-time-Between-Failure calculations for all components utilized within the PMMWI, calculated in accordance with the intent of the methods of MIL-HDBK-217, Revision F or, at the Contractor?s choice, the earlier MIL-HDBK-217, Revision D. In the event that a 0.90 probability of success, or higher, is predicted without the use of any Critical Spares, no Critical Spares need be supplied. Best Value Source Selection Criteria: The Government will conduct a best value source selection in accordance with FAR Part 15. We will assess the following factors in the source selection: (1) Mission Capability, (2) Proposal Risk, (3) Past and Present Performance, (3) Price/Cost, (4) Schedule and (5) Contract Documentation. Because we are conducting a best value source selection, a contract may be awarded to the Offeror with a higher-priced proposal if the Source Selection Authority (SSA) reasonably determines that the technical superiority and/or overall approach and/or superior past and present performance of the higher-priced proposal out-weighs the price difference. Note: These are the ?tentative? source selection criteria. These criteria may change before issuance of the RFP. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. This procurement is a total small business set-aside. See Note 1. Market research has determined that at least two or more small businesses can meet the Government's requirements for this procurement. The NAICS Code is 541710 and the Size Standard is not to exceed 500 employees to be considered a small business. All responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the best value RFP is on or about 29 July 2005 with an anticipated offer due date of on or about 30 August 2005 at 4:00 p.m. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 Prospective Offerors shall notify this office (preferably via email) of their intent to submit an offer (send email to Tina.M.Landes@nasa.gov). It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential Offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. All contractual technical questions must be submitted in writing (via e-mail or fax, preferably via email). Telephone questions will not be accepted.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#116456)
- Record
- SN00844844-W 20050713/050711212359 (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 |