SOURCES SOUGHT
A -- JDEM INFRARED DETECTORS FOR ENGINEERING DEVELOPING UNIT FOCAL PLAN
- Notice Date
- 5/8/2009
- Notice Type
- Synopsis
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG09GJE01L
- Response Due
- 5/15/2009
- Archive Date
- 5/8/2010
- Point of Contact
- Amy A. Aqueche, Contract Specialist, Phone 301-286-6687, Fax 301-286-1773
- E-Mail Address
-
Amy A. Aqueche
(Amy.A.Aqueche@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is soliciting information about potential sources for the fabrication ofinfrared sensor chip assemblies and cryogenic signal processing electronics to meet therequirements of the Joint Dark Energy Mission (JDEM). The JDEM is a jointly funded anddeveloped mission by NASA and the Department of Energy (DOE) and is a space-based, mediumaperture, wide field, optical telescope with near-infrared (NIR) imaging andspectroscopic instrumentation. JDEM will survey the sky to accurately measure themagnitude and redshift of a large sample of Type Ia supernovae (SNe Ia), spectroscopicredshifts of a large sample of galaxies for Baryon Acoustic Oscillation (BAO) studies,and accurate shape parameters and photometric redshift measurements of a large sample ofgalaxies for Weak Lensing (WL) studies. The Telescope Assembly portion of theobservatory is expected to be a Three Mirror Anastigmat (TMA) with 2 tertiary mirrorsthat will provide the optical train to the Government developed JDEM instrument (2 focalplanes and a fine guidance sensor). The JDEM telescope is expected to have a primarymirror size of ~1.5 meters in diameter and operate at a temperature up to 293 Kelvin. The JDEM observatory is expected to be launched aboard a NASA provided EELV in late 2015to an orbit around the Sun-Earth second Lagrange point (L2) and be operated for a minimumof 5 years. NASA contemplates building an Engineering Development Unit (EDU) focal plane and needs aset of Sensor Chip Assemblies (SCA) to populate it as well as a set of cryogenic readoutelectronics for control and data handling. The objectives of the EDU focal plane are toassess our ability to assemble and align multiple, close-packed SCAs into a mosaicarray, remove and replace SCAs without disturbing neighboring SCAs, assess performanceof the SCAs over the operating temperature range, and assess the ability of the EDU towithstand the dynamic launch environment. NASA seeks a complement of SCAs in accordancewith our preliminary specification. The specification requirements were developed aspart of our assessment of scientific and mission requirements for JDEM. Interested offerors having the required specialized capabilities to meet the aboverequirements should submit a capability statement of 15 pages or less. The capabilitystatement should address the offerors past relevant experience and ability to developthe fabrication of infrared sensor chip assemblies and cryogenic signal processingelectronics as described above.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis. Responses shall also include the following: name and address of firm, size of business;DUNS number, CAGE code, average annual revenue for past 3 years and number of employees;ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/orwoman-owned; number of years in business; affiliate information: parent company, jointventure partners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number). Technical questions should be directed to Mr. James Lohr, james.m.lohr@nasa.gov,301-286-9807. Procurement related questions should be directed to Amy Aqueche,amy.a.aqueche@nasa.gov, 301-286-6687. It is emphasized that this synopsis is for information and planning purposes only and isNOT to be construed as a commitment by the Government nor will the Government pay forinformation solicited. Respondents will not be notified of the results of the evaluation.Respondents deemed fully qualified will be considered in any resultant solicitation forthe requirement. All responses shall be submitted to Amy Aqueche, Contracting Officer no later than theresponse date noted above. Please reference NNG09GJE01L in any response. Any referencednotes may be viewed at the following URLs linked below. It is anticipated that theinformation relative to this procurement, including a draft Statement of Work, will beposted to the JDEM website at http://jdem.gsfc.nasa.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG09GJE01L/listing.html)
- Record
- SN01812579-F 20090510/090509165620 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |