Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

66 -- Pulsed 1KHz Ultra Fast Laser Amplifier System

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-03-Q-0722
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However this requirement is unrestricted and all responsible Contractors may submit a quote.***The National Institute of Standards and Technology requires one (1) Pulsed 1 KHz Ultra Fast Laser Amplifier System. Uses for the Ultra Fast Amplifier System include pumping an optical parametric amplifier (OPA) (OPA, not part of this solicitation) in order to produce tunable pulses that can be converted into the ultraviolet (UV) spectral region. NIST does nonlinear optical studies (sum frequency generation spectroscopy, SFG) at interfaces, where a typical experiment involves obtaining an SFG spectrum of a biological monolayer. The sample is illuminated simultaneously with a broadband femtosecond infrared pulse (IR wavelength range 3-10 microns) and the tunable UV pulse from the OPA that will be pumped by this Ultra Fast Amplifier. The apparatus for producing the broad bandwidth IR femtosecond pulses already exists at NIST. This type of nonlinear spectroscopy requires IR and UV pulses that are synchronous in time and overlapped in space, with outstanding spatial and spectral stability.***This system shall work simultaneously with the existing NIST Femtosecond Laser System. NIST currently uses a Tsunami sub-50 fsec oscillator, pumped at 4W by a Millenia 5W green laser. The Tsunami typically produces pulses with a wavelength of 805nm and a bandwidth of 45 nm. The Tsunami seeds an ODIN 8-pass ring Ti: Sapphire amplifier. The Tsunami produces typically 0.35W average power (80 MHz rep rate); 0.25 W must go to the ODIN, and so 0.10 W is available to seed a new Regenerative Amplifier (RA). The proposed RA must be capable of being seeded by these oscillator pulses.***The system should have the following overall characteristics: (1) System can amplify the seed pulses from the existing Ti:Sapphire oscillator to energies of 2 milliJoules per pulse; (2) These pulses shall have a duration of 100 fsec or less; (3) This system also shall be capable of producing pulses of picosecond duration; (4) The pulses shall be synchronized within a fraction of their pulse duration with an existing NIST femtosecond laser system that operates at 1 KHz.***All interested quoters shall provide a quote for a Pulsed 1 KHz Ultra Fast Laser Amplifier System. The Ultra Fast Laser Amplifier System shall consist of the following components and shall meet or exceed the specifications as defined under each line item: LINE ITEM 0001: Regenerative Amplifier (RA) meeting or exceeding the following specifications: (1) Shall be compatible with NIST’s existing Oscillator; (2) Operation at 1 KHz is required, ability to change the repetition rate in the range 0-10KHz is preferred; (3) When appropriately seeded (i.e., with a tunable oscillator), the RA shall be capable of producing output wavelengths in range 780-830 nm, greater tunability is preferred; (4) Pointing stability of the RA shall be no worse than 60 microradians over the course of a day and from day to day, better stability is preferred; (5) Pulse duration of RA shall be less than or equal to 100fs; the ability to produce pulses of shorter duration is preferred; (6) The time-Bandwidth Product (TBWP) shall be less than or equal to 1.8 times the transform limit. (For a Gaussian pulse, the transform limit TBWP is 0.44 Hz. sec or 14.7 psec.wavenumbers), TBWP less than 1.8 times transform limit is preferred; (7) Pulse energy greater than or equal to 2 mJ at 1 KHz repetition rate, higher energy is preferred; (8) Spatial profile shall be round, Gaussian profile; M-squared less than 1.8, smaller M-squared is preferred; (9) Energy stability 2% or better, better stability is preferred; (10) Output linearly polarized greater than 98%; prepulse/postpulse extinction ratio greater than or equal to 100, higher is preferred; (11) Operation without recurring user intervention is very important. After 10 minutes warm-up, the RA shall behave the same from hour to hour and from day to day, without need for realignment of seed, stretcher/compressor, RA cavity, or pump laser for the RA. The system will be installed on a research grade optical table in a room with temperature stability of 2 degrees F. The system shall have stability under these conditions. Pointing stability of RA output shall be sufficient to pump an OPA with little or no adjustment from day to day. Measured with a CCD camera 3 meters from the RA, pulse centroid of the RA beam shall be constant within 10 percent of a beam diameter from day to day; (12) Timing jitter of the RA pulses with respect to the pulses from the existing femtosecond apparatus shall be small: less than 50 percent of the RA pulse duration, more highly synchronous timing is preferred; (13) The RA shall also be capable of producing narrowband pulses of duration somewhere in the range 2-5 psec and, (14) Warranty: At a minimum, a one year warranty including on-site service shall be provided on all parts of the system, a longer warranty is preferred. Warranty shall cover all parts, labor and travel. Contractor shall guarantee service and repair of the system within 5 working days after notification by NIST of a product failure; faster response is preferred. LINE ITEM 0002: Green Pump laser for RA meeting or exceeding the following specifications: (1) Operation at 1 KHz is required, ability to change the repetition rate in the range 0-10KHz is preferred; (2) Pump laser wavelength in the range 525-535 nm; (3) Pulses of duration between 100 nsec and 400 nsec suitable for pumping a Ti: Sapphire RA; (4) Pulse energy equal to or greater than 20 mJ/pulse at 1 KHz, more pulse energy is preferred; (5) Pulse energy stability 2 per cent or better, more stable is preferred; (6) Good spatial mode quality, round flat top or Gaussian profile; (7) Pointing stability no worse than 100 microradians, better stability is preferred.; (8) Pump laser shall require single phase electric power, less than or equal to 208 Volts, less than or equal to 30 amps per phase; operation on ordinary 120 volt, 20 amp electric power is preferred. It should be solid state (diode –pumped). Contractors shall state the amount of electrical power the green laser requires, and water-cooling requirements if any; a system requiring no external (i.e., non-recirculating) water cooling is preferred. (9) Laser System shall fit on a 4 foot by 5 foot research grade optical table. Contractors shall provide the size of the Laser System. System manuals and all electronic schematics shall be provided to NIST and (10) Warranty: At a minimum, a one year warranty including on-site service shall be provided on all parts of the system, a longer warranty is preferred. Warranty shall cover all parts, labor and travel. Contractor shall guarantee service and repair of the system within 5 working days after notification by NIST of a product failure; faster response is preferred. ***The Contractor shall state the warranty coverage provided for all items. ***Delivery shall be provided no later than 10 weeks after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the quoter whose quote offers the best value to the Government. Technical, Past Performance, Past Experience and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirements," 2) Past Performance, 3) Past Experience and 4) Price. Technical capability, past performance, and past experience combined shall be more important than price. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein. In evaluating technical capability, strongest consideration will be given to laser pulse energy, stability, mode quality, duration, and warranty. Vendors should propose items that exceed our minimum specifications if they are able to do so. Past Performance will be evaluated to determine the overall quality of the product and service provided by the Contractor. Past Experience will be evaluated to determine the degree of vendors’ experience in successfully providing comparable laser systems for the types of applications described herein. Information on Past Experience may be obtained from references. When evaluating Price, estimated yearly operating costs, (this includes kilowatts of electric power for the system when it is running to meet specifications and, yearly costs to replace diode bars based on yearly usage of 4000 hours at specification) will be considered along with the price of the equipment. ***Quoters shall provide data on the lifetime of critical system components like diode bars for the green pump laser, with anticipated replacement pricing (including the price of parts and labor). ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) (i) 52.225-3 Alternate I, Buy American Act – North American Free Trade Agreement – Israeli Trade Act (34) 52.225-13 Restriction on Certain Foreign Purchases and (40) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration . Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) For the purpose of evaluating Past Performance, quoters shall provide a list of 5 references (references within the United States preferred) to whom identical or similar products have been sold; specifically customers who use identical products for applications similar to those at NIST and, 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far.***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission must be received by 3:00 p.m. local time on August 15, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-03-Q-0722/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00390702-F 20030803/030801223302 (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.