Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2017 FBO #5689
SOLICITATION NOTICE

A -- NASA GSFC SOLE-SOURCE FOR SENSOR CHIP ASSEMBLIES FOR THE WFIRST PROJECT

Notice Date
6/19/2017
 
Notice Type
Presolicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-WFIRST-SOLE-SOURCE-SENSOR-CHIP-ASSEMBLIES
 
Archive Date
7/6/2017
 
Point of Contact
Shanita Boykin, Phone: 3012863220, Julie Anne Janus, Phone: 3012864931
 
E-Mail Address
shanita.l.boykin@nasa.gov, julie.a.janus@nasa.gov
(shanita.l.boykin@nasa.gov, julie.a.janus@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/Goddard Space Flight Center (GSFC) has a requirement for Sensor Chip Assemblies (SCAs) for the Wide-Field Infrared Survey (WFIRST) Project. NASA/GSFC intends to issue a sole-source Request for Proposal (RFP) to Teledyne Scientific & Imaging (TS&I) for seventy-two (72) Short Wave Infra-Red (SWIR) SCAs for the WFIRST Project. TS&I will provide the materials and labor to deliver the SWIR SCAs needed for the WFIRST Space Flight Focal Plane Assembly (FPA) for the WFIRST Project. The period of performance is approximately 30 months for delivery, with initial SCA deliveries at 12 months after contract award. TS&I is uniquely qualified for this contract not only because of their extensive experience and expertise but also due to the existing hardware and infrastructure currently in use by the WFIRST project, and the data already developed from that hardware and infrastructure. Further, they are the only organization currently qualified to perform the manufacture of the SWIR SCAs that enable a WFIRST mission that meets the following requirements which flow from the NWNH goals listed above: TS&I is the only vendor that can meet the technical requirements of the SWIR SCAs needed for the WFIRST mission. Based on the responses to the RFP for Contract NNG10FD62C, previous pre-solicitation synopsis for NNG14PJ16C, and the sources sought synopsis posted in March 2017, other viable vendors do not exist to with the capabilities needed for this effort sensor chip assembly that meets the mission requirements as defined by the decadal survey. WFIRST Exoplanet science requirements require a large Field of View (FOV) and high angular resolution for an effective space-based microlensing survey. Hundreds of millions of main sequence source stars with a sampling of 15 minutes or less is required. Also, resolving the motions of the planet host stars of the Galactic bulge require fine sampling, and only SWIR SCAs arrays can enable a FOV that is large enough to produce the statistical sampling needed. WFIRST Dark Energy science requirements require wide-field observation that is more efficiently conducted with SWIR SCA detectors. Dark energy techniques of supernovae type 1a (SNe), galaxy clustering including baryon acoustic oscillations and redshift space distortions, and weak lensing (WL) will be performed by the WFIRST mission. SWIR SCA detector arrays increase the pixel count and maximize the field of view while simultaneously keeping the pixel sampling at a level needed for the required precision WL measurements. WFIRST requires a deep map of the sky at near-infrared wavelengths in both the Galactic plane and in extragalactic fields. SWIR SCAs enable these large area surveys improving both the FOV and Point Spread Function (PSF) sampling in each image taken. The WFIRST requirement for the General Observer Program requires 25 percent of the primary mission to be dedicated for observations other than those listed above. SWIR SCAs enable a wider range of observations, providing better morphological information and larger field coverage. A derived requirement from the above is the need for a science focal plane that also provides fine guiding information for the observatory pointing control. This is a unique capability that only the TS&I SCA can provide. The mission requirements for WFIRST are designed to be met through the coordination of the results of each of these separate areas of inquiry to create an overall product. Only the SWIR SCAs can meet all of these functions with a single type of sensor array. This procurement is currently on the project schedule critical path, for the Wide-Field instrument and the entire WFIRST mission. Delays to this procurement will likely result in schedule stretch-out and a significant cost increase across the Project. On February 17, 2016, the NASA Associate Administrator made the decision to begin the Phase A activities for the WFIRST project using the 2.4m telescope assets given to NASA from the National Reconnaissance Office. This decision was based on the GSFC led design reference mission study that was started in late 2012 and is currently ongoing. The WFIRST-Astrophysics Focused Telescope Assets (AFTA) project was renamed to WFIRST to distinguish it from the Design Reference Mission (DRM) concept utilizing these telescopes. As with the previous mission concepts, the WFIRST AFTA DRM concept design is based on the SWIR SCA/Detector Module Subassembly, which was developed under the contract (NNG10FD62C) with TS&I. Statutory authority for this sole source procurement is 10 U.S.C. 2304(c)(1)--Only One Responsible Source. However, organizations who believe they can provide these services without any detrimental impact to the program schedules supported by this work should fully identify their interest and capabilities within 15 days after publication of this synopsis. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on July 5, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. All responsible sources may submit an offer which shall be considered by the agency. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/535e4560425c025a36b46605d4c20478)
 
Record
SN04549023-W 20170621/170619234544-535e4560425c025a36b46605d4c20478 (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.