|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 18,1995 PSA#1264R&D Contracting Division, Bldg 7, 2530 C St, WPAFB OH 45433-7607 A -- DIRECT WRITE EPITAXY FOR III-V SEMICONDUCTORS SOL PRDA 95-08-MLK
DUE 030795 POC Bobbi Cunningham, Contract Negotiator, 513-255-5830 or
Bruce Miller, Contracting Officer, 513-255-5830. A--INTRODUCTION:
Wright Laboratory (WL/MLPO) is interested in receiving proposals
(technical and cost) on the research effort described below. Proposals
in response to this PRDA shall be submitted by 07 March 1995, 1500
hours, addressed to Wright Laboratory, Directorate of R&D Contracting,
Bldg 7, 2530 C St., Attn: Bobbi Cunningham, WL/MLKM, Wright-Patterson
AFB, OH 45433-7607. This is an unrestricted solicitation. Small
businesses are encouraged to propose on all or any part of this
solicitation. Proposals submitted shall be in accordance with this
announcement. Proposals received after the cutoff date specified herein
shall be treated in accordance with restrictions of FAR 52.215-10, copy
of this provision may be obtained from the contracting point of
contact. There will be no other solicitation issued in regard to this
requirement. Offerors should be alert for any required PRDA amendments
that may be published. Offerors should request a copy of the WL Guide
entitled, ''PRDA and BAA Guide for Industry''. This guide was
specifically designed to assist offerors in understanding the PRDA/BAA
process. Copies may be requested from the contracting point of
contact. B--REQUIREMENTS: (1) Technical Description: The objective of
this program is to develop a direct write selective area epitaxial
growth process for III-V semiconductor materials. The Air Force has a
need for ''multi-function chips'' in which more than one function are
performed on the same electronic chip, such as radar transmit/receive
or infrared detection coupled with digital processing, or high speed
digital processing with electro-optical transmit/receive for
interconnections. These different functions require different
semiconductor materials which often have significant lattice mismatch
between each other and the common substrate. The present technology
requires that wafers be patterned externally with standard lithography
techniques then inserted in the epitaxial growth chamber. This program
will develop techniques that will eliminate the external patterning
steps. In particular, research is required to develop enabling
technology for the demonstration of epitaxy techniques for the growth
of III-V semiconductor compounds and alloys of different composition on
the same wafer. The resulting material should be of such a composition
and quality so as to permit the fabrication of electronic devices with
different functionality on the same chip. While there are no
specifications on the size of epitaxial ''islands'' grown, it is
expected that the technology used will be competitive in the dimensions
that might be achieved at maturity with lithographical techniques
presently available. This program is specifically restricted to
in-situ, direct-write techniques such as photo-assisted epitaxy. It is
expected that the growth of at least two different compounds or alloys
on the same substrate will be demonstrated during the program. While
not required, growth of lattice mismatched materials is encouraged.
Actual device demonstration is not required or expected but the
epitaxial material shall be fully characterized as to the structural,
chemical and electronic quality. Approaches requiring external (that
is, outside of the epitaxial growth chamber and any integral equipment)
patterning of the substrate will not be considered to be responsive.
(2) Deliverable items: The following deliverable data items shall be
proposed: (a) DI-FNCL-80331/T Funds and Man-Hour Expenditure Report,
monthly, (b) DI-MGMT-80507/T Project Planning Chart, quarterly, (c)
DI-MGMT-80368 Status Report, quarterly, (d) DI-F-6004B/T Contract Funds
Status Report, quarterly, (e) DI-MISC-80711/T Scientific and Technical
Report, Interim Technical Report, annually, (f) DI-ADMIN-81373/T
Presentation Material, as required, (g) DI-MISC-80711/T Scientific and
Technical Report, Final Report (Draft and Reproducible Final), (h)
DI-MISC-80711/T, Scientific and Technical Reports, Contractor's Billing
Voucher, monthly, (i) DI-MISC-80711/T Scientific and Technical Reports,
Environmental Assessment Report, one time, (j) Representative samples
of epitaxial material for testing by the government shall be required
annually and at the end of the contract (4 lots). Samples shall include
both compounds and alloys and shall be a total of at least 1 square
inches of substrate each with four (4) samples per lot. The contractor
shall as a minimum be required to review the program at the start of
the program, annually and at the end of the program (4 reviews) at
Wright-Patterson AFB or the contractor's facility. It is likely that
the reports resulting from this effort will be assigned distribution
statement C (limited to U.S. Government agencies and their contractors,
critical technology) and the appropriate export control warning
statement will be required. (3) Security Requirements: It is
anticipated that work performed under this contract will be
unclassified and that performance of the effort will not require access
to classified material. Offerors are required, however, to have a DD
Form 2345 covering pertinent technology with the Defense Logistics
Service Center (DLSC), Battle Creek, MI 49016. (4) Other Special
Requirements: It is expected that International Trade in Arms
Restrictions will apply. C--ADDITIONAL INFORMATION: (1) Anticipated
Period of Performance: The total length of the technical effort is
estimated to be 36 months. The contractor shall also provide for an
additional five months for processing/completion of the final report.
(2) Expected award date: 1995 Aug. (3) Government Estimate: The
Government funding profile is estimated to be as follows: FY95-$10K,
FY96-$300K, FY97-$300K, FY98-$290K. This funding profile is an estimate
only and is not a promise for funding as all funding is subject to
change due to Government discretion and availability. (4) Type of
Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants
awarded will be cost (no fee). (5) Government Furnished Equipment:
None. (6) Size Status: For the purpose of this acquisition, the size
standard is 500 employees. (SIC 8731). (7) Notice to Foreign Owned
Firms: Such firms are asked to immediately notify the Air Force point
cited below upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions may apply which could
preclude their participation in the acquisition. D--PROPOSAL
PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should
apply the restrictive notice prescribed in the provision at FAR
52.215-12, Restriction on Disclosure and Use of Data, to trade secrets
or priviledged commercial and financial information contained in their
proposals. Proposal questions should be directed to one of the points
of contact listed elsewhere herein. Offerors should consider
instructions contained in the WL PRDA and BAA Guide for Industry
referenced in Section A of this announcement. Technical and cost
proposals, submitted in separate volumes, are required and must be
valid for 180 days. Proposals must reference the above PRDA number.
Proposals shall be submitted in an original and five copies. All
responsible sources may submit a proposal which shall be considered
against the criteria set forth herein. Offerors are advised that only
contracting officers are legally authorized to contractually bind or
otherwise commit the government. (2) Cost Proposal: The accompanying
cost proposal/price breakdown shall be supplied on an SF 1411, together
with supporting schedules and shall contain a person- hour breakdown
per task. Copies of the above referenced forms may be obtained from the
Contracting Office cited below. (3) Technical Proposal: The technical
proposal shall include a discussion of the nature and scope of the
research and the technical approach. Additional information on prior
work in this area, descriptions of available equipment, data and
facilities, and resumes of personnel who will be participating in this
effort should also be included in the proposal and will count against
the page limit. The technical proposal shall include a Statement of
Work (SOW) detailing the technical tasks proposed to be accomplished
under the proposed effort and suitable for contract incorporation.
Offerors should refer to the WL Guide referenced in Section A to assist
in SOW preparation. PL 98094 applies. Any questions concerning the
technical proposal or SOW preparation shall be referred to the
Technical Point of Contact cited in this announcement. (4) Page
Limitations: The technical proposal shall be limited to 100 (12 pitch
or larger type) 8 1/2'' X 11'' double spaced, single sided pages. The
page limitation includes all information, i.e. indexes, photographs,
foldouts, appendices, attachments, etc. Pages in excess of this
limitation will not be considered by the government. Cost proposals
have no limitations, however, offerors are requested to keep cost
proposals to 75 pages as a goal. (5) Preparation Cost: This
announcement does not commit the Government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA is not considered an allowable direct charge to any resulting or
any other contract. However, it may be an allowable expense to the
normal bid and proposal indirect cost as specified in FAR 31.205-18.
E--BASIS FOR AWARD: The selection of one or more sources for award will
be based on an evaluation of an offeror's response (both technical and
cost aspects) to determine the overall merit of the proposal in
response to the announcement. The technical aspect, which is ranked as
the first order of priority, shall be evaluated based on the following
criteria which are of equal importance: (a) new and creative solutions,
(b) The offerors understanding of the scope of the technical effort,
including a demonstration of knowledge of the state-of-the-art in
direct write epitaxy, and an understanding of proposed epitaxy
techniques as applied to III-V semiconductors, (c) soundness of
offeror's technical approach, including as a minimum the proposed
approach for development of a direct-write selective area epitaxy
technique, the experimental details of the proposed approach and the
proposed material testing and characterization procedures, (d) the
availability of qualified technical personnel and their experience with
the growth and evaluation of epitaxial material, (e) the offeror's
experience with epitaxial growth of semiconductor materials in general
and applicable selective area epitaxy technique in particular, and (f)
organization, clarity, and thoroughness of the proposed SOW. Cost,
which includes consideration of proposed budgets and funding profiles,
is ranked as the second order of priority. No other evaluation
criteria will be used. The technical and cost information will be
evaluated at the same time. The Air Force reserves the right to select
for award of a contract, grant or cooperative agreement any, all,
part, or none of the proposals received. Award of a grant to
universities or nonprofit institutions or cooperative agreement, in
lieu of a contract, will be considered and will be subject to the
mutual agreement of the parties. F--POINTS OF CONTACT: (1) Technical
Contact Point: Dr. William C. Mitchel, WL/MLPO, Wright-Patterson AFB,
OH 45433-7707, (513) 255-4474 ext. 3252. (2) Contracting/Cost Point of
Contact: Questions related to contract/cost issues should be directed
to the Wright Laboratory, Directorate of R&D Contracting, Bobbi
Cunningham, WL/MLKM, 2530 C Street, Wright-Patterson AFB, OH
45433-7607, (513)-255-5830. (0013) Loren Data Corp. http://www.ld.com (SYN# 0001 19950117\A-0001.SOL)
A - Research and Development Index Page
|
|