Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

66 -- Digital ICCD Camera System (Spectroscopic Detection System)

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
Reference-Number-F08630-03-M-0222
 
Response Due
8/22/2003
 
Archive Date
8/23/2003
 
Point of Contact
Jeffrey Richards, Contract Specialist, Phone (850)882-4294 x 3414, Fax (850)882-9599, - Randall Culpepper, Contracting Officer, Phone (850)882-4294 x 3428, Fax (850)882-9599,
 
E-Mail Address
jeffery.richards@eglin.af.mil, randall.culpepper@eglin.af.mil
 
Description
The Air Force Research Laboratory (AFRL), Munitions Directorate, Ordnance Division, Energetic Materials Branch (MNME) seeks commercial quotations for a highly-specialized pulsed-laser spectroscopic diagnostic system. The following paragraphs explain the minimum technical specifications/requirements for the spectroscopic detection component of this system, consisting of a multiple-grating spectrograph equipped with an intensified, gated, charge-coupled-device (IgCCD) detector, an electronic detector control unit, and data acquisition and analysis software. Basic Configuration: In this paragraph, system components to be provided by the vendor are discussed. Those to be provided by AFRL/MNME are identified as ?government furnished equipment (GFE)?. The GFE will not be made available to the vendor for testing. The IgCCD detector will attach via a spectrometer mount to the spectrometer which contains a number of interchangeable diffraction gratings. A camera adapter will also be provided to permit attaching the IgCCD detector to a standard F-mount bayonet style camera lens (GFE). Vendor will supply any interface computer card required for communication between the IgCCD detector?s electronic control unit and an IBM-compatible personal computer (GFE). This computer will run a Windows 2000 compatible software package to control the function of, and collect data from, the electronic control unit. The system will include all power supplies, power cables, and control cables required for 110 VAC single phase 60 Hz operation. Mechanical Dimensions: The IgCCD?s image intensifier photocathode will cover an approximately 25 x 7 mm rectangular area. The image intensifier output will be fiber optically coupled to a CCD having at least 1000 x 250 pixels. The spectrometer will have an input aperture ratio of approximately f/4, a minimum focal length of 250 mm, and will provide a wavelength dispersed image of the spectrometer input slit over a flat output focal plane large enough to overfill the IgCCD photocathode. System Performance: The system must be capable of recording spectra over the 200 to 800 nm wavelength range, with non-interchangeable components chosen to optimize performance over the 200 to 500 nm range. Interchangeable diffraction gratings will be provided to permit recording spectra over approximately: (a) 65 nm, 125 nm, and 250 nm wide regions anywhere in the 200 to 500 nm range, (b) 125 nm and 250 nm wide regions in the 500 to 800 nm range, and (c) a 500 nm region covering 300 to 800 nm. The IgCCD detector will be capable of resolving at least 40 line-pairs per mm. The IgCCD detector must be gateable to as short as 20 ns wide gates, with the electronic control unit providing for software selectable variable delays between an external TTL trigger signal and the start of the gate. The IgCCD detector gate-on:gate-off contrast ratio will exceed 1,000,000:1 over the entire 200-800 nm region. The IgCCD detector image intensifier phosphor recovery time must be compatible with data acquisition at 100+ Hz repetition rates. The IgCCD detector will be thermoelectrically cooled, and must be hermetically sealed to avoid the need for an external dry gas purge. The data acquisition software package will include provisions for manipulating the full 2-dimensional image data; including the capability of performing background subtractions, image ratioing, and calculation of the common logarithm. Warranty and Hardware/Software User Manuals: Within your company?s quotation specify the terms of the standard warranty which your company offers with your system. Also, within your quote include pricing for all technical manuals necessary to operate the proposed hardware and software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written request for quotation will not be issued. The reference number for this acquisition is F08630-03-M-0222. The government estimate for this procurement is $59,000.00. This solicitation has incorporated provisions and clauses in effect through Federal Acquisition Circular 2001-09. The North American Industry Classification System (NAICS) for this acquisition is 334119. Please identify whether you are a small or large business based upon this NAICS; small business size standard: 1000 employees. This system must be delivered to the Air Force Research Laboratory Munitions Directorate no later than 1 month after receipt of order on an FOB Destination basis. The following FAR and DFAR Clauses apply to the Synopsis/Solicitation and any subsequent award: 52.212-1 (OCT 2000), Instructions to Offerors Commercial; 52.212-2 (JAN 1999), Evaluation - Commercial Items (Evaluation will be based on (i) technical capability of the item offered to meet the Government requirement; and (ii) price); 52.212-3 (JUL 2002), Offeror Representations and Certifications - Commercial Items (Offerors must submit a completed copy with their offer); you can contact Jeffrey H. Richards, Contract Specialist for an electronic copy of the representations and certifications, 52.212-4 (FEB 2002), Contract Terms and Conditions - Commercial Items; 52.212-5 (MAY 2002), Contract Terms and Conditions required to implement statutes of executive Orders - Commercial Items; 52.247-34 (NOV 1991), F.O.B. Destination; 252.204-7004 (NOV 2001), Required Central Contractor Registration (CCR), 252.212-7000 (NOV 1995), Offeror Certifications and Representations - Commercial, 252.212-7001 (JUL 2002), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. To view the clauses in full text, visit http://farsite.hill.af.mil. Quotations must be submitted NLT 4:00 p.m. CST on 22 AUG 2003. The required format for submission of quotations is at the discretion of the offeror. Vendors must be approved and registered in Central Contractor Registration (http://www.ccr.gov/index.cfm) before award can be made. All responsible sources may submit a response which, if timely received, will be considered by the agency. Send all quotations to Air Force Research Laboratory Munitions Directorate Contracting Division, AFRL/MNK, Attn: Jeffrey H. Richards, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810, or by email at richard9@eglin.af.mil. Put the reference number on the outside of the package.
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542
Country: United States
 
Record
SN00392483-W 20030807/030805213626 (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.