SPECIAL NOTICE
59 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – STRATEGIC RADIATION-HARDENED MICROELECTRONICS - CONTROLLED ATTACHMENT
- Notice Date
- 3/30/2018
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016418SNB63
- Archive Date
- 5/1/2018
- Point of Contact
- Matt Burch, Phone: 812-854-5893
- E-Mail Address
-
matthew.burch@navy.mil
(matthew.burch@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-S-NB63- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - STRATEGIC RADIATION-HARDENED MICROELECTRONICS - FSC 5999 - NAICS 334511 Issue Date: 30 MAR 2018 - Closing Date: 16 APR 2018 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/Sources Sought Notice as part of market research for Strategic Radiation-Hardened Microelectronics (SRHM). This RFI/Sources Sought Notice is for the purpose of determining industry sources with strategic-level radiation-hardened microelectronics manufacturing capability using Radiation Hardening By Process (RHBP) and Radiation Hardening By Design (RHBD) at less than or equal to the 0.8 μm Silicon on Insulator (SOI) technology node and that can meet existing U.S. Government (USG) requirements. Additionally, it provides industry with a method to communicate any feedback regarding the requirements, acquisition strategy, and any other relevant matters. The 2018 Nuclear Posture Review (NPR) requires implementation of a broad range of ongoing and new programs of record for near, medium, and far term strategic modernization to assure the viability of the U.S. Strategic Triad that will provide deterrence through the mid-2040s against known or projected strategic threats. The NPR findings further require assuring and maintaining a robust industrial base to provide the highest technological capabilities for these strategic initiatives. One of the most critical elements for modernization and sustainment of strategic nuclear weapon system programs of record is to assure a viable proven supply base is maintained for uninterrupted design, development, and production of SRHM components at the highest levels of production-demonstrated SRHM. The SRHM sources must internally possess the facility, knowledge, and extensive successful experience in the design, layout, manufacturing, packaging, and testing of SRHM components using RHBP and RHBD. Sources will have access to classified information up to and including the SECRET level. The sources must be a Defense Microelectronics Activity (DMEA)-accredited Trusted Supplier, i.e., a currently operational Trusted production foundry. This is required in order to support the Department of Defense (DoD) certification to Congress by 31 December 2020, stipulated by Fiscal Year (FY) 2019 National Defense Authorization Act (NDAA) Section 1670, which states that the "capability to produce or acquire strategic radiation hardened trusted microelectronics, consistent with Department of Defense Instruction 5200.44, is operational and available to supply necessary microelectronic components for necessary radiation environments involved with the acquisition of delivery systems for nuclear weapons." In order to support this certification requirement, sources must utilize in-house, Trusted wafer fabrication lines. The products must be certified to a strategic radiation-hardened level of at least the currently fielded strategic delivery systems, which include features, density, performance, power, radiation-hardness, reliability, and an end-to-end Trusted flow/supply chain. These products would include, but are not limited to: memories, processors, custom Application-Specific Integrated Circuits (ASIC), and mixed signal and low-voltage analog (≤5V) components. Radiation hardness levels are specified by MIL-STD-750, MIL-PRF-19500, and other documents. If necessary, interested parties may request additional clarification of the radiation hardness requirements by email to the POC for this solicitation. In addition, the source of SRHM must be able to provide dynamic, interactive support for the design and development of innovative science and engineering projects in the form of Multi-Project Wafers (MPW). After comprehensive collaboration in the design phase, these MPW must be fabricated on the source's existing, in-house fabrication line to support the development of novel SRHM technologies for the next generation of USG strategic deterrent. The attached draft statement of work provides additional information about the required tasking. The Naval Surface Warfare Center, Crane Division, located at Naval Support Activity, Crane, IN intends to award a basic ordering agreement, to the current source for these items, Honeywell International Inc., 12001 Highway 55, Plymouth, MN, (CAGE 27330). This effort will be awarded in accordance with the statutory authority 10 U.S.C. 2304(c)(3) as implemented by FAR 6.302-3(a)(2)(i), to maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in case of a national emergency or to achieve industrial mobilization and comply with the FY2019 NDAA requirement. Currently, the Government believes Honeywell International, Inc. is the only source capable of meeting the FY2019 NDAA requirement. The Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide SRHM components that meet the Government's requirement and certification requirements for Trusted SRHM, as previously stated, may respond. A new source or modified source that does not currently produce SRHM, does not produce them using RHBP, and is not currently a DMEA-accredited Trusted Supplier is not expected to be able to meet the Government's requirements. All interested parties may submit company and product literature, a white paper no longer than 10 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, and production quantity breaks. The Government may contact RFI respondents to get clarification on the information submitted. Additionally, please provide your comments on the draft Statement of Work by utilizing the track changes and/or comments features and submit in Microsoft Office Word format to the Government Point of Contact (POC) by the closing date of this notice. The USG does not anticipate providing any formal responses to comments/questions received, but may utilize this information to improve planning and documentation efforts. Responses to the market survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size POC POC Telephone Announcement Number: N00164-18-S-NB63 Contractors must be properly registered in the Government System for Award Management (SAM) database. Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at http://www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/Sources Sought Notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the USG to issue a formal solicitation or ultimately award a contract. The USG is in no way liable to pay for or reimburse any companies or entities that respond to this notice. Any costs incurred by interested companies in response to this notice will NOT be reimbursed. Market survey information may be submitted to the Government POC any time prior to the expiration of this announcement. The Government POC for this effort is Mr. Matt Burch, matthew.burch@navy.mil or 812-854-5893. The mailing address is: NAVSURFWARCENDIV Crane Attn: Matt Burch, Code 0221, Bldg 121 300 Highway 361, Crane, IN 47522-5001. Responses to this RFI / Sources Sought Notice may be emailed to the Government POC above. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB63/listing.html)
- Record
- SN04873309-W 20180401/180330230827-d363a9d7e1271efced5d8a5843a81bf0 (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 |