Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2025 SAM #8640
SPECIAL NOTICE

66 -- REQUEST FOR INFORMATION � HIGH ENERGY HEAVY ION SINGLE EVENT EFFECTS TESTING

Notice Date
7/21/2025 10:17:38 AM
 
Notice Type
Special Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425SNB82
 
Response Due
9/19/2025 11:00:00 AM
 
Archive Date
10/04/2025
 
Point of Contact
Matthew Bedel
 
E-Mail Address
matthew.j.bedel.civ@us.navy.mil
(matthew.j.bedel.civ@us.navy.mil)
 
Description
N0016425SNB82 � REQUEST FOR INFORMATION � High Energy Heavy Ion Single Event Effects Testing � PSC 6635 � NAICS 334517 ISSUE DATE: 21 July 2025 - CLOSING DATE: 19 September 2025 REQUEST FOR INFORMATION (RFI): In accordance with Federal Acquisition Regulation (FAR) 15.201(e), the Government is issuing this RFI announcement as part of market research. The Department of Defense (DoD) Test Resource Management Center (TRMC) is currently conducting an Analysis of Alternatives (AoA) to determine the optimal solution to satisfy DoD�s need for High Energy Heavy Ion Single Event Effects (HE HISEE) testing. This RFI seeks to understand the entire concept for meeting DoD�s testing needs for HE HISEE, including the technology choice, site location, deployment strategy, operational model, and life cycle cost. The DoD would like to collect information on options that satisfy some or all project requirements. Furthermore, multiple options per submission are encouraged. The DoD would also invite all interested parties to submit their unique capabilities, which should include, but are not limited to, expertise in subsystem components, relevant construction experience, etc. The DoD also requests submissions from interested parties that have relevant system or subsystem components commercially available, or are interested in operations, real estate, or any other related aspect of this overall approach. BACKGROUND: Microelectronics provide the foundation for all advanced capabilities for defense systems and are critical to future conflicts with near-peer adversaries. This test capability supports the requirement for a HE HISEE test source required by multiple systems� parts, materials, and processes (PMP). These systems include, but are not limited to, strategic nuclear systems, missile defense, space (exploration and satellite systems), and, to a lesser extent, terrestrial and airborne high-reliability systems. Microelectronics are pervasive in a myriad of systems relevant to national security. A high-energy heavy ion facility is critically important for the development of multiple defense capabilities employing advanced microelectronics that address our most important near-peer threats, including our critical space, nuclear deterrent, and missile defense platforms. Microelectronics must be tested in the appropriate environments; otherwise, the entire system could fail, losing the system and billions of dollars in capability. Furthermore, incorporating new technologies for further threat reduction drives important performance enhancements in these systems � which all employ microelectronics � and must be tested for space environments. Programs are underway to satisfy the gap in semiconductors for United States security as well as in securing the supply chain (e.g. counterfeits, sourcing), and these same microelectronics must be tested for survival in the presence of Galactic Cosmic Rays (GCR) and solar heavy ions that can cause single-event effects (SEE) in microelectronics and systems. The DoD requires testing with large energy deposition and deep penetration ranges within microelectronics systems, requiring a radiation source that is comprised of heavy ions (as opposed to electrons or protons), and is high-energy (> 100MeV/amu). A test capacity of 4000 hours per year will be needed by 2030. Concepts for a high-energy heavy ion SEE facility are specifically desired to inform future facilities and investments beginning in fiscal year 2028, with a facility commissioning expected in the early 2030s. The DoD would like to collect information on options that satisfy some or all project requirements. Furthermore, multiple options per location or submitter are encouraged. Additionally, the DoD requests submissions from vendors that have relevant system or subsystem components commercially available, or are interested in operations, real estate, or any other related aspect of this overall approach. Concepts should consider the technologies required for acquisition, building, and certification of a high-energy heavy ion SEE system and facility. Concepts should describe the potential system�s Key Performance Parameters (KPPs), Key System Attributes (KSAs), and Functional Level Attributes (FLAs), which are listed in Appendix A below herein as well as address any additional facility attributes. Submissions should consider the effectiveness/performance of the proposed facility and the costs and timeline of the acquisition, construction, and certification of the facility, along with sustainment costs after initial operational capability (IOC)/full operational capability (FOC). As feasible and available, a monthly and yearly estimation of the number of hours that will be made available for testing is desired to assist the TRMC in making an affordability and feasibility determination of future funding consideration. Interested Parties are encouraged to seek new and innovative designs and business models to deploy and operate the facility, including solutions that reduce life cycle costs and risks. Concept submissions are not required to address all desired areas in this RFI. Interested Parties can address technical approach, deployment and operational model, and site responses independently and may omit any of these if unable able to comment on that specific area. REQUESTED INFORMATION: Technical Approach Different technologies could be employed to meet DoD�s requirements. The DoD requests that Interested Parties describe their technical approach. Submissions may include, but are not limited to, the following areas below: Technical description of the proposed system and how it addresses the KPPs, KSAs, and FLAs listed in Appendix A below herein. Accelerator device including the description of primary systems such as RF, controls, accelerator architecture, power, and specialized peripherals like special cooling, vacuum pumps, liquid nitrogen lines, liquid helium, helium recycling, water lines, coolant storage, and any other ancillary systems. Please also include requirements assumed to be provided in the facility that will house the proposed system. Technical description of the facility that will house the beam. Appendix A below herein may be used as a reference. Assessment of the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) and any background information to support the assessment. See Appendix B for TRL/MRL definitions. Concepts will be evaluated in the AoA for any technology with a credible plan to achieve at least TRL/MRL 6 by 2028. Lower TRL/MRL concepts, while not being considered for the AoA, are still welcome to propose current efforts to inform the Government team of future investments outside the scope of this project. Estimation of the annual power consumption Approach to modularity, adaptability, and upgradability related to the technical approach Any strategy to define portions of the development project such that certain portions can be deferred or delayed to conserve cost and/or schedule, but still deliver a useful capability with other portions of the effort Any design considerations that will assist in repairability, maintainability, and system robustness to ensure continued operation Design approach and procurement strategy of major components and subsystems including but not limited to experience of all organizations/contractors, locations of sourcing, and associated risks Critical failure modes Personnel required, including full time equivalent, total unique persons, and skillsets, differentiating between personnel required for system startup to IOC / FOC and personnel required for ongoing operations and sustainment activities after FOC has been achieved. Any ancillary capabilities needed such as machine shops, manufacturing support, etc. User areas and end station(s) capabilities. Please include room size for user areas and testing station(s) as well as cabling run lengths, positioning devices included, etc. Please describe how a second test station would be implemented including user area and estimated additional costs. Component sourcing risks Cost and/or schedule tradeoffs related to the technical approach Approach to ensure reliable power delivery as related to the technical approach Any other assumptions, risks, and opportunities related to the technical approach Any other topics that may be advantageous to the DoD�s long-term need for HE HISEE testing Recommendations on any changes to policy (statutory or regulatory, state/local or federal), Government practices, or any other lessons learned that could provide benefit to the technical approach Any recommended research and development to mature related technologies Any other topics that you believe would be helpful for the Government team Deployment and Operational Model The DoD seeks all approaches to designing, deploying, and operating a test capability for HE HISEE. Several models of ownership and operational responsibility have been used through the DoD (i.e. Government Owned/Government Operated (GO/GO), Contractor Owned/Contractor Operated (CO/CO), GO/CO, CO/GO, etc.). Furthermore, several organizations could be classified as a Contractor, but have different structures, organizations, and motivations including for-profit commercial, non-profit commercial, academic institution, Federally Funded Research and Development Corporation (FFRDC), etc. The DoD seeks to elicit responses from all organizations interested. Interested Parties are encouraged to explore partnerships, investment and ownership models, concepts to leverage full market demand for testing, innovative methods of operating and sustaining across user communities. The goal is to create a sustainable, economically viable, heavy ion facility that meets increasing test demand with accessible, affordable beam hours. Interested Parties should couple their response with a technical approach, site location, and/or any outside partners. Submissions may include, but are not limited to, the following areas below: Deployment model, ownership structure, and the organizations/entity responsible for achieving the initial operational capability/full operational capability (IOC/FOC) Operational model and the lead organization/entity responsible for operations Describe the business models or Concept of Operations that describe how the facility will be marketed, booked, used, invoiced, maintained, etc. Estimated schedule for acquisition, construction, or upgrade, and qualification for the beam and facility Experience in building and/or operating similar capabilities Program management and systems engineering approach Plan for life cycle support including reliability, availability and maintainability (RAM) which may include initial spares, shelf life, test life, obsolescence, supply chain management, long term availability and resilience, etc. Approach that ensures timely funding and work completion to address maintenance, capital expenditures, and future upgrades Any community development growth and training led by operational organization Cost and/or schedule tradeoffs related to the deployment and/or operational model All assumptions, risks, and opportunities related to the deployment and/or operational model Recommendations on any changes to policy (statutory or regulatory, state/local or federal), government practices, or any other lessons learned that could provide benefit to the deployment or operational model Any other topics that you believe would be helpful for the government team. Site The DoD seeks to understand all potential locations of interest in the United States. Each site should document a point of contact and a DoD advocate. A DoD advocate is defined as an organization within the DoD that is willing to take budgetary responsibility for the ongoing sustainment activities associated with the HE HISEE system. If a DoD advocate is not obtained by the time of the submission, the project team will work with Government stakeholders to obtain one. Submissions may include, but are not limited to, the following areas below: Geographical location of the potential facility. Include descriptions of related infrastructure Concept for the real estate acquisition Natural disaster risks and potential mitigations Workforce staffing for the facility. Include workforce sustainment initiatives, including hiring and retention. Please specify the number of full-time equivalents (FTEs) required to execute the greenfield project from concept to IOC/FOC as well as those required for ongoing operation and sustainment. Please clarify any differences between the information provided here and in the Technical Approach section. If no clarification is provided, answers provided to both questions will be considered overlapping. Potential workforce training partnerships and potential internships that will help to ensure sustainment, which may include academic partnerships in relevant topics. Safety and environmental concerns for the facility. Include required permits, local (Government, business, academic, general public) concerns, and interests Potential federal, state, local, or private incentives or other initiatives. Please include as much detail as possible, such as any current or potential agreements (including financial incentive amounts), process for approval, already approved agreements, individuals in current discussions, etc. Challenges with acquiring utilities throughout the year Challenges with obtaining required permits Any significant challenges or costs to support testing of classified components if deemed to be a requirement in the future Approach to modularity, adaptability, and upgradability related to the site Approach to ensure reliable power delivery as related to the site Cost and/or schedule tradeoffs related to the site All assumptions, risks, and opportunities related to the site Recommendations on any changes to policy (statutory or regulatory, state/local or federal), government practices, or any other lessons learned that could provide benefit to a specific site implementation Any other topics that you believe would be helpful for the government team. Life Cycle Cost The DoD would like to receive life cycle cost estimates for all aspects of the capability from initial deployment and sustainment per year for a 30-year life cycle starting at IOC. However, partial solution submissions may decide to provide portions of the cost estimate applicable to the partial submission. Submissions may include, but are not limited to, the following areas: Rough Order of Magnitude (ROM) cost estimate with uncertainty. Potential cost elements are shown in Appendix D below herein Forecast of large capital expenditure costs and timing in sustainment All assumptions, risks, and opportunities related to the life cycle cost Other Elements of the Submission List the distribution statement of the submission, including any proprietary data or other distribution limitations. The submission can address some or all of the elements listed in this RFI. The RFI submission window is 60 days. There are no page limits. RESPONSE REQUIREMENTS: Submitter's Name Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Phone Number and Email Address DUNS number CAGE Code Announcement Number: N0016425SNB82 All interested parties should provide the requested information regarding this announcement no later than 2:00 P.M. EDT on or before the closing date as specified at the beginning of this announcement. Responses may be submitted any time prior to the expiration of this announcement. Responses received after 2:00 P.M. EDT on the closing date may not be considered in the Government's analysis. RESPONSE POINTS OF CONTACT: Responses shall be submitted via e-mail to Mr. Matthew Bedel, matthew.j.bedel.civ@us.navy.mil. ADDITIONAL INFORMATION: This RFI is the initiation of market research under FAR Part 10. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The United States Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the United States Government, nor is the Government tasking any Offeror to develop any technologies described herein. Interested parties must be properly registered in the System for Award Management (SAM) and may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All changes that occur prior to the closing date will be posted to the SAM website at https://www.sam.gov. Please reference Announcement Number: N0016425SNB82 in your correspondence. Your interest in the response is appreciated.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49a84ed5932a44dab029a6edd35fbb23/view)
 
Record
SN07516993-F 20250723/250721230041 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.