Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2010 FBO #3086
SOLICITATION NOTICE

R -- DESIGN AND LAYOUT OF CBCM TEST CHIP-1

Notice Date
5/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB134110RQ0368
 
Archive Date
5/15/2010
 
Point of Contact
Cheryl A. Coxen, Phone: 301-975-8838
 
E-Mail Address
cheryl.coxen@nist.gov
(cheryl.coxen@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Subject: Design and Layout of the Charge Based Capacitance Measurement (CBCM) Circuit Test CHIP-1 Request for Quotation: SB1341-10-RQ-0368 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 13, Simplified Acquisition Procedures, are being utilized for this acquisition. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39.Offerors will be responsible for obtaining related amendments to this solicitation, if any, from the NIST Acquisitions page, http://www.nist.gov/admin/od/contract/contract.htm. It is the responsibility of each potential offeror to monitor http://www.nist.gov/admin/od/contract/contract.htm for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Cheryl Coxen at cheryl.coxen@nis.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven (7) calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The North American Industrial Classification System (NAICS) code for this procurement is 541690 - with a size standard of $7 million. This action is a 100% Small Business Set Aside. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The Following FAR provisions and clauses apply to this solicitation: FAR 52.212-1; FAR 52.212-3; FAR 52.212-4; FAR 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-13; and 52.232-33. All provisions and clauses viewed at http://acquisition.gov/comp/far/index.html. STATEMENT OF WORK 1.Background The Complementary Metal Oxide Semiconductor (CMOS) and Novel Devices Group, in the Semiconductor Electronics Division, of the Electronics and Electrical Engineering Laboratory, at the National Institute of Standards and Technology (NIST) in Gaithersburg, MD has an urgent need to develop new approaches to the measurement of ultra-small capacitances (to the atto-Farad or 10-18 Farad range) for rapidly emerging industrial applications. One part of this effort is to develop capacitance sensing circuits that can be implemented as single, silicon integrated-circuits that can be easily integrated with the devices to be measured. Two test chips are to be designed and submitted to the MOSIS foundry service for fabrication. CHIP-1 will contain various experimental implementations of the charge based capacitance measurement (CBCM) circuit, interfaced to internal metal-oxide-semiconductor devices, and also directly accessible via bonding pad to external devices. CHIP-2 will be designed based on test results from the first chip. This chip will contain a reduced set of improved design CBCM devices, including implementations that can be interfaced by wire bonding to an atomic force microscope (AFM) probe tip for direct capacitance characterization of external devices. Ultimate performance goal of the capacitance measurement is to be able to quantitatively measure the capacitance-voltage characteristics of the gate capacitance of a nanowire field effect transistor and similarly small device capacitances. NIST requires the services of an engineer with experience with integrated circuit layout in a format compatible with the requirements of the MOSIS foundry service; extensive analog, high-sensitivity electronic circuit design and implementation experience; experience designing unique approaches to measurement electronics pushing the boundaries of current and voltage detection; and experience with design, creation, and test of sensors and electronics integrated into a system on a chip. 2.General Requirements •Safety. All NIST safety and building evacuation procedures are to be observed during the performance of the contract by the contractor. •Patent rights. The government retains government use license to all inventions that may be achieved in the course of this research. •Federal Holidays. NIST will be closed on federal holidays, tasks that require access to NIST facilities must be accomplished on days that NIST is open. 3.Scope of Work The work is divided into three major tasks: 1) Design and layout of a CBCM test chip (CHIP-1) with various implementations of CBCM transmission gate circuits in order to determine the best design ideas for our intended application, 2) Assistance with the testing of CHIP-1, and 3) Design and layout of a prototype ultra-small capacitance measurement circuit integrated on a single integrated circuit chip (CHIP-2) suitable for interface with an AFM. These tasks are further elaborated below. An important consideration throughout the course of this project is the effect of the ac frequency of the capacitance measurement. Commonly, the capacitances of MOS devices are measured from the quasi-static regime to 1 MHz (though some researchers have developed RF capacitance characterization techniques to ~ 100 MHz). Still higher frequencies, to ~ 10 GHz, may have utility in this work. Additional information can be acquired at high frequencies, but the measurements become proportionally more difficult to conduct correctly. The effect of measurement frequency and the appropriate measurement frequency should be considered in all phases and reports of this work. A major justification for pursing this approach to capacitance measurement is the presumed measurement performance gains from merging the capacitance sensor with the device to be characterized into a platform that eliminates a probe station, physical probes, and almost all of the associated wiring. 4.Deliverables and Reports The Contractor shall provide all labor to complete the following tasks. The contractor will work closely with NIST staff to set the direction of the work necessary to meet these goals. Task 1: Design and layout of CBCM test CHIP-1 1.1 Work with NIST staff to determine device set to be implemented. Design and computer simulation, if necessary, of CBCM transmission gate circuits with x1, x2 and x4 the process minimum dimensions, MOS capacitors with guard bands, current sources and sinks, and appropriate buffer devices for I/O. Devices must be appropriate for the chosen MOS fabrication technology from MOSIS. DELIVERABLE: Written report on final devices documenting device structures, simulation results, and location map of devices on chip. 1.2 Layout test chip based on agreed upon devices and map. Adjust device count to effectively use all the available chip area. Layout must facilitate automatic test. DELIVERABLE: Order submitted to MOSIS within four months of beginning work. Task 2: Assist with test of fabricated CHIP-1. 2.1 Work with NIST staff and SURF student to perform exhaustive tests of devices and circuits fabricated in Task 1. DELIVERABLE: Data set. 2.2 Assist NIST staff to analyze devices and determine highest performance configuration and best approach to interfacing with external AFM probe. DELIVERABLE: Best design for CBCM proto-type circuit and plan for interfacing with AFM. Task 3: Design and layout of proto-type CBCM circuit suitable for interface with AFM for CHIP-2. 3.1 Determine layout and dimensions of best CBCM circuit determined in Task 3. Determine variations in designs to be included on this test chip. Simulate best design with appropriate simulation software. DELIVERABLE: Simulation results and presentation of their meaning. 3.1 Layout test CHIP-2 with agreed upon devices. Adjust device count to effectively use all the available chip area. Layout must facilitate automatic test and interface with AFM. DELIVERABLE: Order submitted to MOSIS in time for November 29, 2010 fabrication run, or three months after first chip submission. The contractor shall provide the following reports: MONTHLY REPORTS: Summary of work conducted the previous month and plans for the up-coming month, keyed to the tasks and deliverables. The monthly report shall be 2-5 pages, submitted to the COTR electronically in MS Word format on the first day of the month. FINAL REPORT: Summary report of all work conducted under this contract. Desired length is as necessary, but should be in sufficient detail that work could be duplicated by reasonably experienced professionals in the field. Monthly reports, written deliverable reports, and power point slides of oral reports should be appended to the final report. All laboratory notebooks and other written documentation should be also be submitted as part of the final report. The final report should also include (on CD) all computer files, programs, device simulation inputs and outputs, and integrated circuit design files produced as part of this work with documentation. 5. Period of Performance and Location Work is to be performed •Period of performance: Work is to be completed within one-year of the start of the contract. •Schedule for work: Funds for this work are for a part-time effort of 16 hours per week to be completed over the course of one-year. •Work Location: Work is to be conducted at NIST at Gaithersburg, Maryland. Computer simulations and chip layout may be conducted off-site. •Work during NIST core hours, 7:00 a.m. to 7:00 p.m., not to exceed 32 hours every two weeks. Note that overtime pay is not authorized. Contractor is to invoice monthly. 6.Government-Furnished Property, Data, and Information The Government will provide laboratory and office equipment to the contractor at the NIST Gaithersburg, MD site for use during the performance of the purchase order. Specifically, the contractor will have access to: •Electrical characterization equipment for measurement of capacitance, current, and voltage, such as the probe stations and electronics required to electrically characterize devices located in Bldg. 225, Rms. B365 and A340: Cascade Microtech Summit series and Desert Cryogenic probers, Agilent 4155/56 & B1500A parameter analyzers, and HP 35665A spectrum analyzer. • NIST will purchase any consumable components needed for device test of CHIP-1. • All material provided by the Government in the performance of this task remains the property of the Government and must be surrendered to the government upon completion or termination of this requirement. 7.Exhibits and Attachments None (END OF STATEMENT OF WORK) ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (a) Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. At a minimum, quotations must include— (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Technical description of the services being offered in sufficient detail to evaluate compliance with requirements in the solicitation. The quotation must explicitly demonstrate the offeror’s capabilities with regards to the specific tasks, as stated in the above Statement of Work. Capability statements must adhere to the Statement of Work. This may include product literature, or other documents, if necessary; (5) Documentation demonstrating the subject product’s compliance with the applicable Section 508 standards in the form of a Voluntary Product Accessibility Template (VPAT). This template can be found at www.section508.gov. (6) Terms of any expressed warranty; (7) Price and discount terms; (8) A statement identifying the size of the business under the specified NAICS code 541690. (9) Acknowledgement of any solicitation amendment; (10) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (11) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Quotation Content: Each quotation shall consist of two (2) separate electronic files: (a) Technical Quotation and (b) Price. The contents of each shall be as follows: Technical Quotation- Part (a): No pricing information shall be included in the technical quotation. The technical quotation shall include the following: (1) Technical Capability The offeror shall demonstrate its understanding of the requirements and provide a concise, detailed, and thorough discussion of its technical approach to successfully providing the required services. (2) Past Performance. The offeror shall provide past performance information regarding all relevant contracts for the PAST 3 YEARS with federal, state or local governments and commercial customers. The information shall describe contracts of similar type and scope as the current requirement. If the offeror intends to subcontract with another/other firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it shall include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotations. The description of each contract described in this section shall not exceed one-page in length. For each of the above listed contracts, the offeror shall provide the following information: •Contract number •Price •Description and relevance to solicitation requirements •Period of Performance- indicate by month and year the state and completion (or “ongoing”) dates for the contract •Name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract •Contracting Office – If a Government contract (federal or state), identify the procuring contracting officer (PCO), administrative contracting officer (ACO) and contracting officer’s representative (COR), and their names, current telephone numbers and email addresses •Contract performance- a brief summary of performance provided. PRICE – Part (b): Offerors shall propose fixed hourly rates and descriptions for labor categories based on the tasks described in the Statement of Work (SOW) as follows: Line Item Description The Contractor shall provide services for Design and Layout of the Charge Based Capacitance Measurement (CBCM) Circuit Test CHIP in accordance with the attached Statement of Work (SOW). Quantity Unit Unit Price Amount 0001 675 HR RECEIPT OF QUOTES: Electronic versions of all proposals must be received on or before close of business by 4:00 pm, EDT, MAY 11, 2010 to cheryl.coxen@nist.gov in MSWord or Adobe acrobat pdf format form. Phone: 301-975-8838. Fax: 301-975-3839. BASIS FOR AWARD The Government may reject any or all quotations if such action is in the Government’s interest. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror’s initial quotation should contain the Offeror’s best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. EVALUATION FACTORS: The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, and 3) Price. a. Technical and Past Performance are equal in value, and when combined is more important than price. b. The Government reserves the right to award to other than the lower-priced offer for better technical capability and/or better performance records. 1. Technical Approach: Evaluation of technical Capability shall be based on the information provided in the quotation that demonstrates the degree of offeror’s understanding of fulfilling the requirements outlined in the Statement of Work and the contractor’s ability to perform the requirements. 2. Past Performance: Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. 3. Price will be evaluated for reasonableness in consistency with the technical quote. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134110RQ0368/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, MS 1640, Gaithersburg, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN02140834-W 20100507/100505234847-594005fa0ba6dccfe292321e0741626d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.