NASA/GSFC has a requirement for eight flight quality System for Image Digitization, Enhancement, Control, and Retrieval (SIDECAR) Application Specific Integrated Circuit (ASIC) packages in a hermetic Land Grid Array (LGA) package with Class K processing (same as HST ACS SIDECAR) and SIDECAR Flight Microcode supporting software. The SIDECAR ASIC is expected to operate at a cold temperature of 160 K with a temperature range of +/- 20 K. The device shall be mounted on flight quality printed circuit boards.
NASA/GSFC intends to issue a sole-source Request for Proposal (RFP) to Teledyne Imaging Sensors (TIS), LLC for the delivery of flight and engineering eight SIDECAR units developed in compliance with the NASA GSFC requirements for flight hardware. The SIDECAR for TIRS project shall be delivered in ACS packages. Two types of SIDECAR will be required for flight and engineering units. The flight and engineering units may be the same with respect design and packaging, but they may differ in performance (e.g. noise characteristics).
The North American Industry Classification System (NAICS) Code for this procurement 334413, with a corresponding size standard in number of employees of 500.
NASA GSFC anticipates awarding a Firm Fixed-Price type contract. The anticipated award date will be in April 2009. The period of performance of the contract will be eight months. The start date is anticipated to begin in May 2009 up until the flight date of January 2010.
Teledyne shall write the SIDECAR assembly code and the Graphical User Interface (GUI) software to operate three multiplexers (ISC9803) Readout Integrated Chip (ROIC) on a Focal Plane Assembly (FPA) to be provided by GSFC. The SIDECAR assembly code will be used for flight mission while the GUI software is needed for the initial phases of the FPA testing and calibration. This procurement must be awarded by April 2009.
The Government does not intend to acquire a commercial item using FAR Part 12. An Ombudsman has been appointed – see GSFC Ombudsman. This can be accessed at the following URL: http://code210.gsfc.nasa.gov/ombuds.htm
Statutory authority for this sole source procurement is 10 U.S.C. 2304(c)(1)--Only One Responsible Source. However, organizations who believe they can provide these services without any detrimental impact to the program schedules supported by this work should fully identify their interest and capabilities within 15 days after publication of this synopsis. Interested organizations have 15 days from the publication of this synopsis to submit in writing to Ashley.N.McQueen@nasa.gov.
All contractual and/or technical questions shall be submitted in writing, via e-mail. Questions must be submitted to the following e-mail address: Ashley.N.McQueen@nasa.gov. Telephone inquiries will not be accepted. Such qualification/capability statements will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. These statements should demonstrate a display of flight heritage on the currently held unit’s vendor’s product line as well as being able to meet or exceed the performance specifications for their units must be shown.
A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All qualified responsible sources may submit an offer, which shall be considered by the agency.