|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108Commander, Naval Air Systems Command (Code 2.5.3), Building 441, UNIT
7, Naval Air Station, Patuxent River, MD 20670-1127 A -- ADVANCED LITHOGRAPHY DEVELOPMENT AND PRODUCT/BRASSBOARD
DEMONSTRATION SOL N00019-98-BAA-DALP DUE 062698 POC Lisa Abell,
Contract Specialist, (301) 757-8943, Vicki Fuhrmann, Contracting
Officer, (301) 757-2602 ADVANCED LITHOGRAPHY DEVELOPMENT AND
PRODUCT/BRASSBOARD DEMONSTRATION Broad Agency Announcement (BAA)
N00019-98-BAA-DALP: Phase I, Proposal Abstracts, due by 26 JUNE 1998;
Phase II, Full Proposals, will be requested at a subsequent date, not
later than 1 year from the publication date of this notice, based on
Congressional approval for the continuation of the Advanced Lithography
Program. BAA also listed at WWW.NAVAIR.NAVY.MIL (Business
Opportunities/Open Solicitations). Points of Contact (POC): Contract
Specialist, Lisa Abell, (301) 757-8943; Contracting Officer, Vicki
Fuhrmann, (301) 757-2602; Technical POC, Richard Henson, (301)
342-2637. I. INTRODUCTION. The Naval Air Systems Command (NAVAIR) is
announcing this BAA as an unclassified solicitation to obtain science
and technology proposals in the areas of Advanced Lithography and
Product/Brassboard Demonstration. II. GENERAL INFORMATION. The Navy
will continue to work jointly with the Defense Advanced Research
Projects Agency (DARPA) pertaining to advanced lithographic technology.
Through this BAA competition, NAVAIR expects to make awards within the
objectives of the Advanced Lithography Program, which are to push
fieldable lithography technology to the 130 nanometer (required) design
rule level or 100 nanometer (desired) design rule level and to apply
these advanced lithography tools to manufacturing demonstration of
products having significant value for military applications. These
awards are subject to the availability of appropriations. All awards
will be based on merit competition. Consortiums of government,
industry, and universities, teaming arrangements and partnership
formations which are able to demonstrate fieldable technology are
strongly encouraged. Partnership proposals should list one vendor as
the principle point of contact and define the relationships among the
partners. It is contemplated that industry will cost-share a minimum of
50% of the program in the initial year and a substantially greater
portion in any subsequent year. IMPORTANT INFORMATION FOR PROSPECTIVE
CONTRACTORS: Registration in the DODs Central Contractor Registration
(CCR) database will be a prerequisite for receiving an award resulting
from this Broad Agency Announcement. For more information on the CCR,
contact the CCR Assistance Center at 1-888-227-2423. III. AREAS OF
INTEREST. As a result of past support, the government believes that
fieldable technology exists for 180 nanometer design rule lithography
using either proximity x-ray or pending 193 nanometer optical
lithography. Industry associations have indicated that proximity x-ray
lithography is the most developed alternative to optical lithography
although other approaches such as extreme ultraviolet, projection
electron beam, ion beam and others remain as potential contenders.
Accordingly, the objectives of this program are to push fieldable
lithography technology to the 130 nanometer (required) design rule
level or 100 nanometer (desired) design rule level and to apply these
advanced lithography tools to manufacturing demonstration of products
having significant value for military applications. Any approach
proposed must be able to demonstrate production extendibility to 70
nanometers design rules and below for circuits in silicon. The
lithographic portion of this program will be limited to three (3) years
for the development; however, the overall program would permit up to
another two (2) years to complete the application demonstrations and
allow for graceful transition to industry for commercial application.
The bulk of the lithography efforts funded would be cross-cutting in
that they would be useful to most or all lithography contenders
regardless of source wavelength. New, innovative and creative insertion
demonstrations of lithography technology may have dual-use but, must
have demonstrable potential for significantly enhancing military
personnel/systems warfighting capability, reducing the length of lethal
conflicts, minimizing collateral damage or fratricide, increasing
affordability, increasing intelligence,enhancing the man-machine
interface, and/or enhancing the ability of autonomous systems/sensors
to replace the need for human operators. Proposed research and
insertion approaches should directly benefit the advancement of 130
nanometer and smaller design rule lithography in industry within 3-5
years. Possible areas of investment include: 1.) Proximity X-Ray
Technology. The primary focus of the developmental efforts should
concentrate on extending mask manufacturing science and technology from
180 nanometers to 130 nanometers, 100 nanometers and eventually 70
nanometer design rule capabilities; providing requirements for a new
generation mask patterning, inspection and repair tools as well as new
stepper developments; increasing the understanding and control of
stress in masks and the patterning of wafers; and furthering any
metrology associated with mask manufacturing. 2.)
Cross-Cutting/Associated Technologies. Include advanced mask patterning
tools; mask inspection tools; SEM mask inspection tools;
additive/subtractive mask repair tools; resists; mask materials;
stages, steppers and alignment systems; and, metrology equipment; and
others. 3.) Product and Brassboard Insertion Demonstrations. Must use
advanced non-optical lithography (mix-and-match using optical
lithography mixed with alternatives is permitted, where justified) and
includes information superiority technology such as extremely
high-speed processors and data base storage media for real-time
intuitive threat/target identification, battle damage assessment and
identification of friendly forces; smart microelectromechanical systems
(MEMS) for remote sensing and countermeasures; multispectral, infrared
and electro-optical sensors for threat/target identification; advanced
low cost photonics for very high speed data communications; high
resolution displays for command centers and tactical operators;
microwave/millimeter wave devices for sensors/countermeasures
applications; and others. IV. CONTRACT/AGREEMENT TYPE. NAVAIR is
willing to consider various types of proposals including; traditional
FAR/DFARS type contracts and/or non-procurement agreements (e.g.,
Cooperative Agreements, and "Other Transactions"). Agreements are
effected under 10 U.S.C. 2371 (Congressional direction requires that at
least 50 percent of the cost of a project under this initiative be
provided by industry) and "Section 845, Authority to Carry Out Certain
Prototype Projects." Information concerning "Other Transactions" can
be found at http://www.darpa.mil/cmo/pages/other_trans.html and
http://www.acq.osd.mil/ddre/research, or by contacting Lisa Abell,
Contract Specialist, at (301) 757-8943, or by e-mail to
Abell_Lisa%PAX8A@mr.nawcad.navy.mil. V. PROPOSAL REQUIREMENTS.
Proposals shall be submitted in two (2) phases. Phase I -- Proposal
Abstract. Proposers are to submit proposal abstracts, not to exceed 15
pages, in advance of full proposals. Proposal abstracts should contain
a technical description of the proposed effort, a summary cost estimate
with the anticipated sharing arrangement, an estimated timeframe for
project completion, a brief description of the facilities involved, a
brief resume of the principle investigator(s), and the
contract/agreement type being proposed. The proposal abstract, an
original with two (2) additional copies, must be submitted to the
following address, or submitted by facsimile to (301) 757-8988, on or
before 26 June 1998: Naval Air Systems Command, Code: AIR-2.5.3.3.5,
Attn: Lisa Abell -- N00019-98-BAA-DALP, Bldg. 441, Unit 7, 21983 Bundy
Road, Naval Air Station, Patuxent River, MD 20670-1127. Contents of
Proposal Abstracts may also be submitted electronically to
Abell_Lisa%PAX8A@mr.nawcad.navy.mil. Confirmation of receipt is
recommended for electronic submission. Proposal abstracts received
after this date may not be reviewed. Upon review, the Navy will provide
written feedback of the proposal abstract. If a contractor's proposal
abstract is selected to continue to Phase II, the date for submission
of a full proposal will be provided in writing. REQUEST FOR SUBMISSION
OF A FULL PROPOSAL DOES NOT GUARANTEE AWARD SELECTION. Phase II --
Full Proposal. Only Offerors whose Phase I Proposal Abstract is
considered capable of meeting DALP Program requirements will be asked
to submit Phase II Full Proposals. All proposals submitted under the
terms and conditions cited herein will be reviewed. Full proposals
should be submitted in two (2) volumes: Volume I, Technical Proposal,
and Volume II, Cost/Funding Proposal. Volume II should contain a firm
estimate of cost, both total cost and detailed cost for each functional
area. The Government expects that respondents will cost share the
proposed lithography tool development work (with high quality
investments) on an initial 50% basis with an investment growth by 10%
per year to 70% by the third year of the program desired. Proposals
will be evaluated by the criteria cited in Section VI. Proposals shall
be submitted in original, with the signature of an authorizing
official, with five copies to the address noted above. Awards are
planned by 01 February 1999. TECHNICAL PROPOSAL. Technical proposals
should not exceed twenty-five (25) pages and should include the
following three sections: Section I -- Executive Summary: Provide a
brief technical and business description of the contents of the
proposal. The technical area should address the proposal's technical
goals, approach, and expected results. The business area should address
business and market issues for successful commercialization of the
proposal technology. Section 2 -- Technical Issues: Give a detailed
explanation of the technical approach, objectives, staffing and
resources relating to the development of the proposed technology for
both military and commercial use. Discuss clearly and specifically in
realistic terms the technical objectives of this proposed effort;
include a Statement of Work (SOW) that discusses the specific tasks to
be accomplished, tied to the specific approach and goals of the
project. Resumes for Principle Investigator(s) and other key research
personnel should be submitted, along with a detailed description of the
current and planned facilities and equipment to accomplish the research
objectives. A description of past performance on similar efforts should
be included within Section 2. Section 3 -- Business Issues: Discuss the
business issues relating to the commercialization of the proposed
development and its impact on the market. Include the benefits to the
Department of Defense (DOD). COST/FUNDING PROPOSAL. Cost/funding
proposals are not restricted in length, have no specific page layout
requirements, and should address funding periods of performance. Work
breakdown structures and certified cost or pricing data are neither
required nor desired, however, NAVAIR reserves the right the request
this information for proposals using FAR/DFARS type contracts.
Cost/funding proposals should be organized to include four (4) sections
in the following order: total project cost, cost sharing and in-kind
contributions, cost to the Government andoff-budget supporting
resources. These are described in more detail below. Section 1 -- Total
Project Cost: This section will give a detailed breakdown of costs of
the project. Cost should also be broken down on a task-by-task basis
for each task appearing in the Statement of Work (SOW). This should
include all of the proposed costs to the Government and cost sharing by
the proposer. The following information should be presented in your
proposal for each phase of the effort: total cost of the particular
project phase; total proposer cost share; funding requested from the
Government; and elements of cost (labor, direct materials, travel,
other direct costs, equipment, software, patents, royalties, indirect
costs, and cost of money). Sufficient information should be provided in
supporting documents to allow the Government to evaluate the
reasonableness of these proposed costs, including salaries, overhead,
equipment purchases, fair market rental value of leased items, and the
method used for making such valuations. Profit should not be included
as a cost element if the contract type to be awarded will be cost
sharing. Section 2 -- Cost Sharing and In-Kind Contributions: This
section will include: (1) the sources of cash and amounts to be used
for matching requirements; (2) the specific in-kind contributions
proposed, their value in monetary terms, and the methods by which their
values were derived; and (3) evidence of the existence of adequate cash
or commitments to provide sufficient cash in the future. Affirmative,
signed statements are required from outside sources of cash. Proposals
should contain sufficient information regarding the sources of the
proposer's cost share so that a determination may be made by the
Government regarding the availability, timeliness, and control of these
resources. For example: How will the funds and resources be applied to
advance the progress of the proposed effort? What is the role of any
proposed in-kind contributions? Section 3 -- Cost to the Government:
This section will specify the total costs proposed to be borne by the
Government and any technical or other assistance including equipment,
facilities, and personnel of Federal laboratories, if any, required to
support these activities. The cost to the Government should be that
portion of the proposed effort, which is not covered by the
contractor's portion of the cost share. The costs incurred and work
performed by any DOD or national laboratory "partnering" with the
offeror under the proposal shall normally be considered costs of the
Government and not costs of the proposer for purposes of the
cost-sharing requirement. Proposals should contain sufficient
information regarding the resources to be provided by the Government so
that an evaluation of their availability, timeliness, and control may
be made. Section 4 -- Off-Budget Supporting Resources: This section
will show cash or in-kind resources which will support the proposed
activity but which are not intended to be included in the total project
cost. Items in thiscategory do not count as cost share nor as Federal
funds which must be matched. Examples of items to place in this
category include: Commitments of cash or in-kind resources from other
Federal sources, such as national laboratories, and projections of
fee-based income where there is substantial uncertainty about the level
which will actually be collected and where the income is not needed to
meet cost-share requirements. VI. EVALUATION CRITERIA. The primary
evaluation criteria, of equal weight, are: (1) Scientific and technical
merits of the proposed research to include, (a) the degree to which
proposed research and development objectives support the targeted
technical topic and (b) validity of the technical basis for the
approach offered; and (2) Relevance and potential contributions of the
research to the objectives of the Advanced Lithography Program. Other
evaluation criteria, of lesser importance than (1) and (2) but equal
to each other, are: (3) The qualifications of the task principal
investigator andother key research personnel; (4) The adequacy of
current or planned facilities and equipment to accomplish the research
objectives; and (5) The realism and reasonableness of cost, including
proposed cost sharing. (6) Past performance on similar efforts. Final
decision on award type will be made by the Government. (0152) Loren Data Corp. http://www.ld.com (SYN# 0001 19980603\A-0001.SOL)
A - Research and Development Index Page
|
|