|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ
07703-5008 A -- COOLED STARING FOCAL PLANE ARRAY MANUFACTURING TECHNOLOGY BROAD
AGENCY ANNOUNCEMENT SOL DAAB07-00-R-J693 DUE 052500 POC Raemon Samuels,
NVESD, 703-704-1323 WEB: Interagency Interactive Business Opportunity
Page, https://abop.monmouth.army.mil. E-MAIL: Click here to email the
POC, rsamuel@nvl.army.mil. The US Army Communications-Electronics
Command (CECOM) Night Vision and Electronic Sensors Directorate (NVESD)
is soliciting proposals in the area of Staring Two Color (MWIR/LWIR)
and/or Broadband Mercury Cadmium Telluride (MCT) Focal Plane Arrays
(FPAs) through the Broad Agency Announcement (BAA) process. This BAA
addresses development of improved FPA manufacturing processes
demonstrated in bare FPAs and FPAs in tactical Dewar configurations.
Benefits include increased yield, lowered acquisition/logistics costs
compared to current cooled staring MCT FPAs, and may include improved
radiometric performance. The cooled staring FPA technologies meet the
needs of a wide range of potential military applications. Specifically,
the two color and broadband FPAs support long range target
identification, and the advanced image processing algorithms used for
rapid wide area search in Future Combat System applications for the
Full Spectrum Army. TYPE OF CONTRACT: The Government anticipates the
use of a Cost Plus Fixed Fee type contract. Offerors may propose
alternate contract types provided that the alternative is supported in
the proposal and the Government agrees. PERIOD OF PERFORMANCE: The
contractual period of performance is anticipated to comprise
approximately thirty (30) months commencing mid calendar year 2000.
DESCRIPTION: The Government is interested in enhancing the
manufacturing base of cooled staring Focal Plane Arrays (FPAs) and
related packaging technology. NVESD anticipates a 30-month program for
manufacturing technology development of cooled staring FPAs. This
program will develop and demonstrate improved manufacturing processes
for Staring Cooled Focal Plane Arrays (FPAs) and components operating
in the Mid-Wave IR (MWIR), and Long-Wave IR (LWIR). The intent is to
leverage processes that apply to multiple staring FPA types. (i.e.
Single-color, broadband, and multi-color FPAs). Thereby maximizing the
benefits obtained from available funds. The program's goals for the
following, in order of decreasing priority: 1. Manufacturing Technology
to identify and implement process changes, and a, fabrication and test
approach for the FPA/Dewar/Cooler assemblies which improves
producibility, and enables a 3X decrease in the unit cost. The ability
to meet this goal can be demonstrated in the proposal by a projected
unit production cost analysis on the basis of a hypothetical production
buy comprising 45 units/month over a 24-month period. 2. The program
shall develop and demonstrate a process that maximizes commonality
between the dual color, broadband, and single color FPA types. 3. The
program shall provide 4 FPAs (dual color and/or broadband), in
prototype tactical Dewars. The Dewars shall be capable of being cooled
by the Army's standard 1.0 W and/or 1.75 W Linear Drive Cryogenic
Coolers. 4. The program shall develop and demonstrate a process to
fabricate staring two-color and/or broadband FPAs sensitive in the MWIR
and LWIR bands. The spectral response shall cover between 3.4 0.1 m to
5.0 0.1 m in the MWIRand between 8.0 0.1 m to 9.8 0.1 m in the LWIR,
as a minimum. These FPAs shall consist of a 480 x 640 MCT detector
array, as described herein. The offeror shall include the production of
100 FPAs as demonstration of the process enhancements. 5. The offeror
shall include a method of technology transfer to provide processes
developed on this program to other IR vendors. This shall include
process documentation and an industry wide final program review as a
minimum. The Government is aware that there are engineering trade-offs
involved in the production of these FPAs. These trade offs have been
discussed with various members of the IR vendor community. As a result
of these discussions, the Government has defined a set of questions
that should be answered by the individual manufacturers in their
proposal. The Government is aware that this information is considered
proprietary therefore the proposals will not become part of the public
record. Each prospective offeror should ensure that the following
questions are addressed in detail in their proposal: 1. What is the
current state of your staring FPA capability? Please include the
following FPA configuration information as a minimum: a. Spectral bands
(Please provide information on all of the following types: single
color, multi-color, broadband, etc) b. FPA sizes (240x320, 480x640,
etc) c. ROIC configurations (snapshot, sequential, simultaneous, etc)
d. Provide performance data on the existing products. (Responsivity,
D*, Noise, etc. ) 2. What are you projecting for a future product
growth path. a. Identify the FPA configurations. b. Provide a schedule
for development. 3. What is the applicability of a MANTECH program? a.
Describe in detail the manufacturing technology initiatives with the
associated cost reductions. Discuss a clear linkage between the
reductions and your cost model. b. Provide a suggested schedule for
such a program. 4. The Government is interested in a detector with all
the following parameters: a. 480 x 640 Mercury Cadmium Telluride b.
Two color MWIR/LWIR (3.4 0.1 to 5.0 0.1 um / 8.0 0.1 to 9.8 0.1 um) c.
20 um unit cell d. Simultaneous ROIC e. Frame Rate = 120Hz f. D* = SEE
CLASSIFIED ATTACHMENT Please provide the following information about
the detector described in item 4, above: a. Are you presently capable
of building this device? b. If not, when would you envision being able
to build this device, if ever? c. Identify and explain which of the
above parameters would you trade to make the FPA, or a similar device,
if all parameters are not concurrently achievable. d. Justify the
trade-offs in consideration of realistic system requirements. This
should include considerations for both human and machine observers.
PROPOSAL INSTRUCTIONS: A. TECHNICAL: Technical proposals shall include
the following sections: 1) Table of Contents; 2) Proposal Synopsis; 3)
Analysis of Approach; 4) Technical Overview; and 5) Technical Data. The
Table of Contents shall include the section number, title and page
number. The Proposal Synopsis section shall summarize theproposed
concept, objectives, how the objectives will be accomplished, and the
anticipated outcome. The reader of this synopsis should gain an
overview of all aspects of the proposal. The synopsis shall be limited
to two (2) pages. The Analysis of Approach section shall explain how
(and to what degree) the proposed approach would meet each of the
overall program goals listed above. Supporting calculations, modeling,
and data are appropriate to this section. Data obtained from
laboratory/field tests of related hardware is encouraged. The Technical
Overview section shall detail the technical tasks under the proposed
effort, and the schedule for performance of those tasks. A program
chart which includes a detailed list of tasks/subtasks and the duration
of same must be provided. Contract deliverables shall be clearly listed
on this program chart. The milestones shall include the time frames for
delivery of all reports, demonstrations, and hardware as appropriate.
The Technical Data section shall identify any data proposed for
delivery with less than unlimited rights. Unless specifically stated
otherwise in the proposal, all data delivered to the Government shall
be considered to have unlimited rights Technical proposals shall not
exceed a total of 50 pages in length (double-spaced on 8.5 x 11-inch
paper) exclusive of references, biographical sketches, and cost
proposal data. B. PERSONNEL QUALIFICATIONS: Include a description of
each team member, brief resumes of key personnel, and the
organizational structure of the overall team. C. COST: The cost
proposal must be prepared in a clear and concise manner, which
accurately reflects the breakdown of costs expected to be incurred. The
proposal shall include all supporting information including, but not
limited to: breakdown of labor hours by category, materials (vendor
quotes or method of establishing cost), travel, direct and indirect
costs. The technical and cost proposals shall be submitted in one
volume in order to facilitate a concurrent review and
evaluationprocess. Submit one hard copy original and one electronic
copy of the proposal in Microsoft Word 97 to Commander, US Army CRDEC
NVESD, ATTN: AMSEL-RD-NV-LWS-CCFI (Samuels), 10221 Burbeck Rd., Fort
Belvoir, VA 22060-5806. E-Mail Address: rsamuels@nvl.army.mil. All
proprietary data must bear an appropriate restricted legend. Any
classified material must be marked and transmitted in accordance with
the Industrial Security Manual for Safeguarding Classified Information,
DOD 5220.22-M. EVALUATION CRITERIA: The Government reserves the right
to select for award any, all, part or none of the responses received.
The Government anticipates having available approximately $5,000,000 in
R&D funding for this Broad Agency Announcement. Proposals will be
evaluated in accordance with the following three criteria. Factor 1 is
more important than Factor 2, and both factors are considerably more
important than Factor 3. 1. Scientific and Technical Merit: Including,
but not limited to, the process design and implementation; and its
relevance to BAA goals, and to potential military and commercial
applications. 2. Experience, Personnel, and Facilities: Research and
development efforts related to the BAA topic which demonstrate
experience in this field; recent/current IR&D efforts and R&D contracts
listed with a brief status statement; previous experience, past
performance and overall personnel qualifications; availability and type
of in-house test/evaluation facilities for FPAs, MCT processing, and
night vision system components; the degree of in-house versus outside
activity anticipated for the proposed fabrication, packaging, and test
efforts. Due to limited funds, the Government does not intend to award
contracts to start-up, inexperienced or ill-equipped organizations. 3.
Cost: The proposed cost will be evaluated for both realism and
reasonableness of the proposed resources, and the ability to achieve
cost reductions in line with the MANTECH goals. OTHER PERTINENT
INFORMATION: A. CERTIFICATE OF CURRENT COSTAND PRICING DATA: Upon
completion of negotiations and agreement on contract price, a
Certificate of Current Cost or Pricing Data may be required in
accordance with FAR 15.406-2. In addition, any offeror who is required
to submit and certify cost or pricing data shall submit or procure the
submission of accurate, current and complete cost or pricing data from
his prospective subcontractors. B. RESTRICTIVE MARKING ON PROPOSALS:
Notwithstanding Army policy, if information contained in the proposal
is in the public domain or cannot be protected under law as trade
secret (e.g., a patent application), the Army will not accept liability
for failure to safeguard it against open disclosure. If an offeror
wishes to restrict the proposal, the offeror should mark the title page
with the following legend: "This data shall not be disclosed outside
the Government and shall not be duplicated, used or disclosed in whole
or in part for any purpose other than to evaluate the proposal;
provided that if a contract is awarded to this BAA responder as a
result of or in connection with the submission of this data, the
Government shall have the right to duplicate, use or disclose the data
to the extent provided in the contract. This restriction does not
limit the Government's right to use information contained in the
proposal if it is obtained from another source without restriction. The
data subject to this restriction is contained on page ___________."
Posted 05/03/00 (W-SN451041). (0124) Loren Data Corp. http://www.ld.com (SYN# 0002 20000505\A-0002.SOL)
A - Research and Development Index Page
|
|