Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

A -- Semiconductor Modeling, Simulation, Design, Growth, Fabrication, Characterization and Testing Services

Notice Date
1/13/2021 2:04:19 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-21-RFI-TL01
 
Response Due
1/21/2021 8:00:00 AM
 
Archive Date
02/05/2021
 
Point of Contact
TALISA BOYD
 
E-Mail Address
TALISA.BOYD@NRL.NAVY.MIL
(TALISA.BOYD@NRL.NAVY.MIL)
 
Description
THIS IS A SOURCES SOUGHT NOTICE (SSN) AND NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A�RESULT OF THIS SSN. This is not a formal Request for Proposals (RFP) or quotes. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. No basis for claims against the Naval Research Laboratory (NRL) shall arise as a result of a response to this Sources Sought notice or NRL's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. * AMENDMENT 001 - The purpose of this amendment is to extend the response date. * AMENDMENT 002�- The purpose of this amendment is to extend the response date a 2nd time. * AMENDMENT 003 - The purpose of this amendment is to attach Personnel Qualifications and extend response time. I. OBJECTIVE The Naval Research Laboratory Electronic Sciences and Technology Division (ESTO) is searching for potential sources that are capable of performing the requirements set forth in the attached draft Performance Work Statement. The intent of this RFI is to gauge industry interest, capabilities and relevant experience to support NRL personnel in performing research and development in the task areas listed in the attached draft Performance Work Statement. The information received in response to this Sources Sought Notice, in addition to other market research, will be considered in making a determination of competitive or sole source award. The incumbent is Kew W Corporation (formerly Sotera Defense Solutions Inc.), of Hanover, MD, under contract N00173-18-D-2001 and task order N00173-18-F-2001. Note: The tasks will result in contractor developed data, information, and a hardware deliverable, in accordance with the draft Performance Work Statement. The Government anticipates that work under this contract will be deemed ""Classified"", therefore the contractor will need access to classified information for performance of this contract. A Top Secret/Sensitive Compartmented Information (TS/SCI) facility clearance and a TS/SCI level of safeguarding clearance are required. II. INFORMATION REQUESTED NRL requests that interested parties, at a minimum, supply the following information: A. CONTACT INFORMATION Name of company and point of contact (POC) Telephone number, fax number, address, and e-mail address of POC DUNS number Business size and number of employees Proposed NAICS code (either agreement with listed NAICS code or justification for recommendation for better fitting NAICS code) Proposed PSC code (either agreement with listed PSC code or justification for recommendation for better fitting PSC code) B. CAPABILITY STATEMENT Provide a Capability Statement and information about offered services that meet the requirements listed in this RFI. The Capability Statement should indicate whether the Contractor is capable of providing the required services and personnel in accordance with the draft Performance Work Statement and the draft Personnel Qualifications. The Capability Statement should also respond to the following technical questions: Question 1: Can the offeror provide personnel who meet all of the requirements in the attached Personnel Qualifications? Question 2: Can the offeror provide personnel with ten or more years of experience in radiation-hard by process approaches? Question 3: Can the offeror provide personnel with specific experience in test methodologies and error rate prediction for low energy proton interactions with microelectronic devices? Question 4: Describe the offeror's familiarity and experience working with state-of-the-art satellite technology and satellite flight programs. C. PRICING AND COMMERCIALITY INFORMATION i. Rough Order of Magnitude (ROM). �Provide a rough order of magnitude (ROM) that estimates total costs using fully loaded labor rates for the base year and each of the four (4) option years. In providing a total cost, use the following estimates for Material Costs and Travel Costs. Should the offeror respond using different estimates for Material and Travel, provide an explanation why. Estimated Material Costs: $10,000.00 in the base year and the first two (2) option years. No material costs are expected in third (3rd) and fourth (4th) option years. Estimated Travel Costs: Base Year $10,605.00 Option Year One $10,605.00 Option Year Two $10,605.00 Option Year Three $10,605.00 Option Year Four $10,605.00 Estimated Level of Effort: In providing a total cost, use 1,700 hours as the estimated Hours of Effort / Level of Effort for Key Personnel, for the base period and each of the four (4) option periods. Respond using only these estimates for Hours of Effort. Additional LOE hours recommendations s shall be justified and will be considered in finalizing the requirement. Additional labor category recommendations shall be justified and will be considered in finalizing the requirement. ii. �Commerciality. This information will be used to determine whether the proposed services are commercial services. Is the proposed item or service of a type customarily used by the general public or by non-governmental entities, for purposes other than governmental purposes?� Answer Yes or No and elaborate. If you answered YES to D.i., has the item or service been sold, leased, or licensed to the general public. Elaborate on response. Are the proposed Services of a type offered and sold competitively, in substantial quantities in the commercial marketplace, based on established catalog or market prices for specific tasks performed or specific outcomes to be achieved and under standard commercial terms and conditions.�Elaborate on response. D. ASSUMPTIONS A list of assumptions, if any, which were considered in formulating the response. RESOURCES In order to aid industry in evaluating their ability to perform the requirement, the following documents have been attached and are provided here in this RFI: A. Draft Statement of Work/Performance Work Statement for Semiconductor Engineering; Modelling, Simulation and Design; Fabrication; and Testing Research B. Draft Personnel Qualifications III. SUBMISSION OF INFORMATION It is requested that the above information be provided no later than the date and time stated in the section Important Dates above. Responses may be submitted via e-mail to the point of contact in Point of Contact Information in the notice. Note: Participation in response to this announcement is voluntary, and respondents shall not be compensated. This Request for Information is for market research purposes only for the Government to understand existing capabilities. It does not commit the Government to contract for any supply or service whatsoever. Not providing a response to this announcement does not preclude participation in any future RFP, if any is issued. It is the responsibility of the interested parties to monitor the beta.sam.gov website for additional information pertaining to this potential acquisition. IV.� DISCLOSURE OF INFORMATION NRL will not publicly disclose proprietary information obtained as a result of this RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as Proprietary or Confidential will be kept confidential. All responsible sources may submit a capability statement which shall be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ab37a072bf84f4289dd5a19befd8a54/view)
 
Record
SN05891601-F 20210115/210113230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.