NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

DIODE LASER ARRAYS


Synopsis - Oct 23, 2008
Draft Document - Posted on Oct 23, 2008

General Information
Solicitation Number: NNG09214585L
Posted Date: Oct 23, 2008
FedBizOpps Posted Date: Oct 23, 2008
Original Response Date: Nov 07, 2008
Current Response Date: Nov 07, 2008
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334413 - Semiconductor and Related Device Manufacturing

Contracting Office Address
 
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771

Description
 
The National Aeronautics and Space Administration’s (NASA) Goddard Space Flight Center (GSFC) is hereby soliciting capability statements and information from potential sources for supplies and services to purchase the Laser Diode Arrays (LDAs) for the ATLAS laser system that will be part of the ICESat II mission. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. The requirements for this effort include: 1. Semiconductor wafers will be grown and tested to yield 1700 usable bars. All bars must be manufactured with appropriate coatings and must comply with all the bars specifications attached (Please see attached specifications); 2. Manufacturing of 10 G2, 10 G4, and 15 G11 diode laser stacks, all of which must comply with all the LDA specifications and conditions attached (Please see attached specifications); and 3. Manufacturing of 50 G2, 50 G4, and 100 G11 diode laser stacks. These LDAs must comply with all the LDA conditions and specification attached (Please see attached specifications). GSFC is seeking capabilities from all potential sources for the purpose of determining the appropriate level of competition. This requirement’s NAICS code is 334413 with a small business size standard of 500 employees.

This sources sought synopsis is for informational and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. You are requested to provide electronic responses (25-page maximum including attachments) via email to the primary Point of Contact (POC) for this requirement. Your response is required by the response date, indicated above. To facilitate a prompt review by the NASA team, a one-page summary shall be included with your capability statement(s), which identifies your company’s specific capabilities that are relevant to the requirement. Companies' responses and their summary page should include their name, address, primary POC and telephone number, company’s average annual revenues, for the past three years, total number of employees, and your Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Service Disables Veteran, HUBZone, business, or Historically Black Colleges and Universities), number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). The summary page will not count against the maximum page limit. Your detailed capability statement to demonstrate full capability in performing the following:

1. Wafer preparation prior to growth 2. Wafer characterization and analysis after growth. Supplier must provide (for review) the full description of the measurements and procedures which must be done on the wafer and (or) bar level to insure that final laser diode arrays satisfy LDA performance requirements. 3. Bar processing after wafer cleaving, type of coating, and bar selection criteria. 4. Detailed manufacturing plan describing all steps and material involved in the development of a LDA 5. Tracking of LDAs during manufacturing (images, work orders, checkout procedures, etc) 6. LDA characterization after integration and success criteria 7. Burn-in approach. Other characterization/qualification prior to shipping 8. Contamination control during all phases of LDA manufacturing and handling. 9. Reject thresholds, what makes the company reject an assembled LDA 10. Relevant extended long term testing of similar LDAs operating in QCW mode (CW testing is not of interest) in vacuum and/or air operation. 11. Previous space flight experience of similar LDA packages operating in QCW mode. Provide specific type and quantity of LDAs supplied. 12. Reliability analysis of QCW LDA 13. Complete list of material used during the manufacturing process. (from wafer to assembled LDA) 14. Description of facilities where all operations take place. 15. Production volume of similar LDA packages (QCW G package) in the last 5 years

It is insufficient to provide only general feedback related to subcontracting opportunities for the various work requirements, given the possibility that the total requirement may be competed on an unrestricted basis. This feedback would be used as research information to determine whether or not to set aside this competition for small businesses and to support the analysis and development of subcontracting goals, should it be competed on an unrestricted basis. This feedback should also be provided electronically via e-mail to the primary POC by the response date, indicated above.

All technical questions should be directed to Dr. Antonios Seas, 301-286-9260 and all procurement related questions should be directed to: Ashley McQueen, 301-286-3478.

Please be advised if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Ashley McQueen, the primary POC, no later than the response date indicated above. Please reference NNG09214585L in any response.


Point of Contact
Name:Ashley McQueen
Title:Contract Specialist
Phone:301-286-3478
Fax:301-286-1720
Email:Ashley.N.McQueen@nasa.gov

Name:Antonios Seas
Title:Contracting Officer Technical Representative
Phone:301-286-9260
Fax:301-286-1750
Email: antonios.a.seas@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: