Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

36 -- Broadband Optical Parametric Oscillator Laser

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0118
 
Response Due
5/30/2005
 
Archive Date
7/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is an amendment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes t he only solicitation; proposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-05-T-0118. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is set-aside for 100% small business concerns. The associated NAICS code is 333314. The small business size standard is 500. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Broadband Optical Parametric Oscillator Laser to include installation and training, Qty: 1, each. (v) Description of requirements: Government's Intended Usage, Contractor Requirements and General description of system capabilities: The Army Research Laboratory (ARL) requires a Broadband Optical Parametric Oscillator Laser. Salient Characteristics: The Contractor shall provide a Broadband Optical Parametric Oscillator Laser meeting the following minimum specifications: Specifications for a Visible/Near-Infrared Optical Parametric Oscillator (OPO) Laser 1. The system shall include both the OPO and pump laser. 2. The laser shall operate at a pulse repetition frequency (PRF) of 20 Hz. It is also desirable to operate the laser at a 10 Hz PRF. 3. The OPO shall produce the following minimum energy for at least one wavelength in each of the following bands at the 20 Hz PRF: Band (nm) Energy (mJ) a. 400-500 40 b. 550-600 40 c. 600-650 30 d. 650-700 60 e. 700-800 60 f. 800-900 60 g. 694 60 h. 1540 25 i. 2000 15 4. The maximum length of the pump and OPO laser sources shall be less than or equal to 46 in. with a maximum height of less than or equal to 12 in. The overall area (footprint) of the pump and OPO laser shall be less than or equal to 1100 sq. in. 5. Tunability shall be provided across broad bands roughly equivalent to the visible and the near-IR bands defined in 3. above with only one change of optics. This change of optics and realignment shall require less than 30 minutes. 6. It is desired that the time needed to perform optical realignment after the system is moved within the laboratory be less than 1 hr. This assumes that the system performance is optimized prior to being moved and that the system is carefully moved. 7. Exit ports and necessary dichroic mirrors shall be provided to allow access to high quality 532 and 1064 nm pump beams. The pulse energy shall be greater than or equal to 150 mJ at 532 nm and greater than or equal to 300 mJ at 1064 nm. The following requirements 8-15 shall apply to the 532 nm and 1064 nm pump beams as well as the OPO beam: 8. The near-field and far-field pattern shall be highly circular. 9. The full angle beam divergence to the 1/e2 points shall be less than or equal to 5 mrad. 10. Polarization of the various laser outputs shall be highly linear. 11. The pulse width shall be less than or equal to 20 nsec. 12. The beam diameter shall be less than or equal to 10 mm to the 1/e2 points. 13. Pulse to pulse variation shall be less than or equal to plus or minus 10%. 14. Average power drift over time shall be less than or equal to plus or minus 10% after an initial startup period of 30 minutes or less. 15. Linewidth across all bands including 3. above shall be less than or equal to 100 cm-1 full width half maximum (FWHM). 16. Included with the systems shall be all required power supplies and auxiliary electronic equipment needed to operate the system with the exception of the external chiller for cooling the system. 17. All necessary software and circuit boards shall be supplied to allow for computer controlled wavelength tuning of the OPO laser. The computer will be provided by the customer. 18. Length of cabling between the laser heads and the power supply shall be greater than or equal to 6 ft. 19. An operator's manual shall be provided with the system that covers the pump and OPO laser as well as all aspects of the system operation. 20. The system shall come with a warranty. No charge on-site repair is desired during this warranty period. 21. For prompt service of warranty, in-country technicians and technical experts shall be located in the U.S. 22. The system shall be operated on standard U.S. current, i.e., 115/230/208 VAC , 50-60 Hz. (vi) Delivery is required by 15 September 2005. Delivery shall be made to the Army Research Laboratory, White Sands Missile Range, NM. Acceptance shall be performed by an authorized Government Representative at the Government site . The FOB point is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific best value evaluation criteria to be included in paragraph (a) of that provision are as follows: 1) The ability of the proposed product to meet the salient characteristics as described in paragraph (v) above; 2) Past Performance. All offerors are to provide at documented history of providing similar systems. Submit the company name of the manufacturer and provide a point of contact and tel ephone number: and 3) Total Price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. These clau ses can be obtained at http://www.arl.army.mil/contracts/opport.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defen se Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 2 52.225-7001, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400. (xiv) The following notes apply to this announcement: Note 1. (xv) Offers are due on 30 May 2005, by 3:00 pm, Eastern Standard time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00809588-W 20050519/050517212340 (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.