Contact Points
Vancouver BC V5M 2A4 Canada
Brand name is required as there are other TCAD packages which offer other set of features that don’t meet the requirements of our lab.
This equipment will be used by LFMI research staff working in the design and optimization of high frequency Rx and Tx microelectronic devices for MRI scanners. The MRI Engineering core, LFMI, NINDS is developing RF hardware for ultra-high field MRI (so far up to 11.7T for humans and 17.6 T for animal research). Moving to these higher fields demands higher frequency of operation (closer to 1 GHz) for Rx and Tx electronics.
This TCAD package has unique capabilities for simulating high electron mobility transistors (HEMTs) that other software does not have. Specifically, this software allows to simulate the complicated piezoelectric and pyroelectric effects that occur at the material interface (heterojunction) in HEMT power devices. This requires a combination of features that is packaged together by this particular vendor (Crosslight) including self-consistent quantum well calculations, impact ionization, and interface states, all of which are necessary for accurately simulating the RF power devices being investigated in our current research.
This software also includes device design capability that allows development of novel geometries for cutting edge RF power devices including both lateral and vertical devices, whereas other software packages do not include vertical device capability. TCAD Process simulation is offered through other software companies, but Crosslight provides process simulation packaged together with device simulation all specifically tailored for the material being used in this research. This software also includes automated photomask design whereas photomasks for photolithography are typically designed in standalone software.
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.