Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

66 -- Dual Femto/Pico Ti:Sapphire Amplifier with Optical Parametric Amplifier

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
Reference-Number-FE7000-3086-9001
 
Response Due
7/1/2003
 
Archive Date
7/16/2003
 
Point of Contact
Will Schlegel, Contract Specialist, Phone 719-333-2933, Fax 719-333-4404, - Russell Jordan, Contracting Officer, Phone (719) 333-4060, Fax (719) 333-9103,
 
E-Mail Address
will.schlegel@usafa.af.mil, russ.jordan@usafa.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FE7000-3086-9001, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. The North American Industrial Classification System (NAICS) number is 334413 and the standard business size is 500 employees. The proposed acquisition is unrestricted. Small businesses are encouraged to submit quotes. The government intends to procure a Diode pumped Dual Femto/Pico Ti:Sapphire Amplifier with Optical Parametric Amplifier. The amplifier system should consists of a diode pumped seed laser head with controller, power supply, chiller, and associated electronics, a regenerative amplifier system capable of producing femtosecond regime or picosecond regime pulses with over 2mJ of energy per pulse @ 1kHz, an Optical Parametric Oscillator/Amplifier system and wavelength extenders to give skip free tuning from 400nm to 10 microns. The system should consist of the following: Diode pumped laser head, 1kHz rep rate for amplification, Tunable regenerative amplifier with >2mJ pulse output in both 130 fs and 2 ps mode, Harmonic generators with wavelength extenders and sum frequency/difference frequency misers for complete output coverage from <300nm to 10 Microns from the OPO, Output contrast ratio of 1000:1 in the amplified beam, Linear output polarization, Contrast ratio of 100:1 or better from the OPO and harmonics from 400nm to 10 microns, Contrast ratio of at least 10:1<400nm, Output power stability of <1% over 10 hours ? requires regenerative amplification system, Nearly transform limited output pulse shape in both femtosecond and picosecond modes, Pointing stability of <2 mrad, Maintenance-free diode laser module, Complete with controller, chiller, power supply, cables, and hoses. Must be capable of operation with existing government owned Coherent Mira 900D Ti:Sapphire laser as seed souce. Spectra Physics Part Number Spitfire-FPM-1K-HPR high power tunable regenerative amplifier system with spectral masks for picosecond and femtosecond operation with associated OPO and harmonic generation packages required to give full coverage from <300nm to 10 microns. Optical Parametric Amplifier system and wavelength extenders to give skip free tuning from 400nm to 10 microns. The FOB for this RFQ is Destination. $_______________. Delivery Time:______________ days. Quotations received with other than FOB Destination pricing will not be considered. This is a brand name or equal acquisition approved in accordance with FAR 6.302-1 (c). For those offerors of ?an equal?, include in your offer descriptive literature to include illustrations, drawings, or a clear reference of information readily available for technical evaluation. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer be determined technically unacceptable. Once an offer has been determined to be acceptable then the ?or equal? will be evaluated in equal standing of other offers. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors?Commercial Items, as applicable to this acquisition and no addenda applies. The provisions of 52.212-2, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements in this document. We will award without discussions. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer (complete provision in full text, see http://www.farsite.hill.af.mil). The clause 52.212-4, Contract Terms and Conditions?Commercial Items with the following addenda applies to this acquisition. Addendum to 52.212-4: 52.247-37, FOB Destination. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 24. DFARS 252.225-7001, Contract Terms and Conditions required to Implement Status or Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act-Balance of Payments Program Certificate, 252.225-7001, Buy American Act and Balance of Payments Program. Quotes must be received NTL 1:00 pm Mountain Daylight Savings Time, July 1, 2003, 10 MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Will Schlegel, 719-333-9103. The POC is Will Schlegel at 719-333-2933 or the Contracting Officer, Russell W. Jordan, at 719-333-6224.
 
Place of Performance
Address: USAF Academy, CO
Zip Code: 80840
Country: USA
 
Record
SN00354717-W 20030625/030623213805 (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  © 1994-2020, Loren Data Corp.