Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2002 FBO #0097
SOLICITATION NOTICE

59 -- Manufacture, package and test design of United Control 316-5014 Operational Amplifier.

Notice Date
3/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
 
ZIP Code
95652-1521
 
Solicitation Number
Reference-Number-2RC22801
 
Response Due
3/22/2002
 
Archive Date
4/6/2002
 
Point of Contact
Judy Hilton, Contracting Officer, Phone (916) 231-1526, Fax (916) 231-2826,
 
E-Mail Address
hilton@dmea.osd.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code is 334413 and the SIC is 3674. The size standard for this requirement is 500 employees. This solicitation is issued as a Request for Quotation (RFQ) and is sole source to ASIC Advantage, 1290-B Reamwood Ave, Sunnyvale, CA 94089. 316-5014 Operational Amplifier Statement of Work Paul Storey, DMEA/MEDR 20 Feb 2002 1.0 SCOPE 1.1 Title: C5 Op Amp Replacement 1.2 Application: C5 Go-Around Attitude Subsystem 1.3 Background: The Defense Microelectronics Activity (DMEA) Prototype Development Branch (METP) has been tasked by DSCC-CAAA to develop an Integrated Circuit form, fit, and function (FFF) replacement for the 316-5019-001 operational amplifier. 1.4 Purpose: The purpose of this SOW is to develop a solution for replacing an obsolete Integrated Circuit (IC). Design and development objectives require the contractor to provide tested and qualified replacement circuits. 2.0 References: Component Specification, Amplifier, Operational Dwg. No. 316-5014 dated 4/1/67 3.0 Requirements: 3.1 General Requirements: 3.1.1 Approvals: All approvals shall be conveyed by PCO letter. 3.2 Actions Required: The following action items are to be completed by the following dates: Action Completion Item Description Date 3.3. Technical Interchange Meeting (TIM) As Reqd. 3.3.1 Preliminary Design Review 1 mo ARO 3.3.2 Option One: Array Layout 2 mo ARO 3.3.3 Option Two: Full Custom Layout 2 mo ARO 3.4 Test Program/criteria 2 mo ARO 3.4.1 Critical Design Review 2 mo ARO 3.5 Prototype Production, Test 3 mo ARO 3.5.1 Design Iteration (if req?d) 4 mo ARO 3.5.2 Production Testing, Documentation 6 mo ARO 3.6 Final Design Review 7 mo ARO 3.7 Interim/Final Report 8 mo ARO 3.3 Technical Interchange Meetings (TIMs) DMEA will provide a schematic design package to the contractor. The design package will include the circuit schematic and simulations using the ?EM? series models. Test results and a compilation of test criteria will be developed. The TIMs shall be located at the contractor?s facility. The analysis of implementing the design; either option One: (array implementation) or option Two: (Full Custom), shall be discussed at the first TIM. The contractor shall identify any manufacturing concerns such as packaging, screening and lead times which may affect schedules. DMEA and the contractor shall review and agree upon test procedures and acceptance criteria at subsequent meetings. (DI-ADMN-81250, DI-ADMN-81249, DI-NDTI-80603, DI-MCCR-80500,DI-MCCR-80499) 3.3.1 Preliminary Design Review (PDR) The decision of implementing the design; either option One (array implementation) or option Two: Full Custom, shall be decided at the PDR. This decision shall be driven by The least risk in manufacturing and layout feasibility. 3.3.2 Option One: Array Layout The contractor shall provide an array database for the circuit prior to the PDR. This will enable DMEA to implement the layout. (DI-MCCR-80500, DI-MCCR-80499) 3.3.3. Option Two: Full Custom Layout The contractor shall design a layout using the EM process devices, and the required Die size and Pinout. 3.4 Test Criteria The Contractor and DMEA will derive a test procedure which tests all specification requirements of dwg 316-5014. (DI-MCCR-80499). The contractor?s AC bench testing Will be duplicated at DMEA. DMEA will perform DC tests, and the combination of these tests will be subsequently used to provide Certified test results documentation. The contractor may use ISO 9001 certified Documentation or Mil-Std-883 procedures for 37 TO packaged units of the IC. 3.4.1 Critical Design Review (CDR) The contractor shall conduct a Critical Design review for purposes of a go/no-go Design release, with Government approval to commence IC fabrication of the op-amp circuit. The Layout shall be complete and reviewed 10 days prior to the CDR. DMEA and the contractor will conduct informal TIMs as required prior to the CDR. Test Criteria will also be finalized as part of the CDR minutes. (DI-ADMN-81308, DI-ADMN-81249, DI-ADMN-81250) 3.5 Pre-Production Manufacturing The contractor shall manufacture 100 pre-production prototypes. All of these do not necessarily need to be in TO packages. DMEA and the contractor will use these for testing and evaluation. The contractor shall conduct testing IAW the approved test plan and shall evaluate performance and test issues prior to production packaging (12 Pin TO can) of the successfully tested devices. DMEA will perform system testing and incorporate design changes if required, prior to the final production packaging. (DI-NDTI-80809A) 3.5.1 Design Iteration The contractor shall perform a design iteration if required. This will occur after testing on the pre-production parts is accomplished. If the test criteria is not met, a design change based on metal mask changes will be performed as required to meet the electrical performance specifications and the test criteria. All changes, whether performed by DMEA or the contractor, will be incorporated into the final Design data package. (DI-MCCR-80499) 3.5.2 Production Testing, Data Package Upon successful testing of the IC, The contractor shall and DMEA will document and Certify all tests required in the test procedure to satisfy dwg 316-5014.The contractor shall provide a manufacturing data package consisting of assembly and bonding diagrams, layouts, and Test criteria to the Government. (DI-MCCR-80499) 3.6 Final Design Review The contractor shall conduct an FDR after the production parts have been manufactured, and successfully tested. The contractor shall submit an agenda ten days prior to the FDR. This review may be accomplished via telecom. (DI-ADMN-81249, DI-ADMN-81250, DI-ADMN-81308) 3.7 Final Report The contractor shall summarize all work accomplished under this SOW, including significant technical accomplishments, problems encountered, solutions implemented, recommendations for improvement, and a comparison of planned schedules and cost with final performance. (DI-NDTI-80809A) This solicitaiton contains three line items. 0001 is for design reviews IAW Para 3.3 of the SOW; 0002 is for manufacturing IAW SOW Para 3.5 and 0003 is for testing documentation IAW SOW Para 3.5.2. Items are FOB destination to McClellan, CA 95652-2100. The following FAR clauses apply: 52.212-1, Instructions to Offerors ?Commercial; 52.212-2, Evaluation ? Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Orders-Commercial Items. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Verifications-Commercial Items. DPAS rating is C9. Offerors are due at 2:00PM on 22 Mar 2002. Contractors must be registered in the Central Contractor Registration (CCR) prior to an award. Questions regarding this solicitation should be addressed to J. Hilton at (916) 231-1526 or Hilton@dmea.osd.mil. See Note 22.
 
Place of Performance
Address: 4234 54th Street, McClellan, CA 95652-2100
 
Record
SN00037839-W 20020309/020307213406 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.