Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

66 -- Ti:Sapphire Laser & Optical Parametric Oscillator

Notice Date
8/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-05-RB-1063
 
Response Due
9/1/2005
 
Archive Date
10/1/2005
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is RA1341-05-RB-1063 and is being issued as an invitation for bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The NAICS Code is 334515. Any amendment(s) hereto will only be published in the Federal Business Opportunities website. A. Background: The Quantum Information and Terahertz Technology Project in the Optoelectronics Division at the National Institute of Standards and Technology (NIST) currently has a research effort to develop advanced single photon detectors for use in advanced communication links (e.g. quantum-key distribution), in high-spatial resolution time-of-flight systems, and in new experimental systems that generate and utilize new quantum states of light. For characterization of these detectors and detector systems and generation of the appropriate states of light, it is necessary to acquire two items: (1) mode-locked pico/femtosecond Ti:Sapphire pulsed laser and (2) synchronously pumped optical parametric oscillator (OPO). It is required that the two items be used both together as system or stand alone items. B. TECHNICAL SPECIFICATIONS: ITEM 1: TI:SAPPHIRE LASER a. Optical Spatial characteristics: the output beam shall be TEM00 output mode, M-square less than 1.4, less than 2mm diameter (at 1/e-squared) with less than 3 mrad divergence, and ellipticity greater than 80% (100% is circular) over a 50nm tuning range around 800nm. b. Optical Noise: the noise shall be less than 0.1% rms from 10 Hz to 2 MHz when pumped with typical diode pumped solid-state lasers (8 to 10W) that have less than 0.1% rms noise. c. Output beam polarization: The output beam shall be horizontally polarized with >20dB extinction (at least 100:1). d. Wavelength range: the wavelength shall be tunable between 700nm and 900 nm with an output power of at least 1W when pumped with an 8W laser. e. In both femtosecond and picosecond operation, tuning to any wavelength between 700nm and 900nm shall be possible with minimal manual readjustment of internal optics when swapping modes. f. There shall be a cooling system for the Ti:sapphire crystal that is sufficient for up to a 10W pump laser. g. The laser shall use a birefringent filter wavelength- tuning element. h. Output pulse repetition rate shall be between 70MHz and 90MHz. i. The laser shall be passively-mode locked with some type of starter to initiate mode-locked operation and that shuts off automatically once mode-locked operation has started. j. The laser shall use a variable saturable absorber or slit for controlling loss differential as well as gain differential that is necessary for reliable operation and control of the spectral purity of the modelocked output. The system shall not use active electronic modulation such as AO modulators. k. The item shall have internal pump laser steering optics mounted to the laser baseplate for maximum stability and control of the pump beam position into the Ti:Sapphire crystal. l. The item shall have diagnostic tools to monitor output power, humidity, and mode-locked operation. m. At time of delivery, the vendor shall provide documentation on the installation, operation, and maintenance of the unit. n. Within two weeks after vendor installation the vendor shall provide on the operation of the laser. o. The vendor shall provide at least a one year warranty. p. DELIVERY SHALL BE F.O.B. DESTINATION (Boulder, CO) within 10 weeks after receipt of the order. ITEM 2: SYNCHRONOUSLY PUMPED OPTICAL PARAMETRIC OSCILLATOR a. Synchronously pumped optical parametric oscillator (OPO) shall be pumped using Ti:Sapphire lasers with repetition frequencies between 70 and 90 MHz and output powers of at least 500 mW. b. The system shall provide wavelength tuning over the entire range of 1000 nm to 1600 nm without changing the pump or optics (e.g. using a single set of mirrors for a given pulse width). c. OPO system output power shall be at least 200mW through the entire tuning range of the non-linear crystal at a fixed pulse width with ~1W pump power when pumped with the laser specified above. d. The system shall generate picosecond or femtosecond, Gaussian-shaped pulses (can use a different set of mirrors). e. Spatial Characteristics: the output beam shall be in the TEM00 mode with ellipticity greater than 80% (100% circular), M-squared values less than 1.5, beam diameter at 1/e-squared less than 2mm, and beam divergence less than 1.5 mrad when used with the pump laser specified above. f. Noise: The output noise shall be less than 2%. g. Output beam polarization: The output beam shall be horizontally polarized with >20dB extinction (at least 100:1). h. The wavelength shall be electronically tuned (not thermally tuned) for fast wavelength tunability and scans (few seconds to sweep). The wavelength control shall also be computer controllable. i. The system shall contain an integral spectrometer that is used to determine and lock the wavelength. j. The system shall include integral power and humidity sensors. k. At the time of delivery, the vendor shall provide documentation on the installation, operation, and maintenance of the item. l. Within two weeks after vendor installation the vendor shall provide training on the operation of the item. m. The vendor shall provide at least a one year warranty. n. DELIVERY SHALL BE F.O.B. DESTINATION (Boulder, CO) within 10 weeks after receipt of the order. Forms and clauses stipulated herein may be downloaded via the internet at the following address: http://www.arnet.gov.far/. Interested parties are responsible for accessing and downloading documents and forms from that (or any other) site. Firms without access to the internet may call 303-497-3221 and request that copies of the clauses, provisions and/or forms be either mailed or faxed to them. Bidders shall include a properly completed and signed Standard Form 1449. The firm-fixed price for both items shall include shipping and warranty. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 (JAN 2005) (provision), Instructions to Offerors - Commercial Items; FAR 52.212-3 (MAR 2005) (provision) Offeror Representations and Certifications ? Commercial Items/. (NOTE: As of January 1, 2005, vendors will be required to use the Online Representations and Certifications (ORCA). The Help Section of the website at http://orca.bpn.gov includes OCRA background information, frequently asked questions, the ORCA Handbook and whom to call for assistance.); FAR 52.212-4 (OCT 2003) (clause) Contract Terms and Conditions ? Commercial Items; FAR 212-5 (July 2005) (clause) Contract Terms and Conditions Required to implement Statutes or Executive Orders ? Commercial Items including the following additional FAR clauses reference in FAR 52.212-5, Subparagraphs (b)(1), (14), (15,) (16), (17), (18), (19), (20), (23), (26) and (31). Bids shall be evaluated in accordance with the Test Program procedures at FAR 13.500. For further information, please contact Rhonda Nelson at 303-497-3487. BIDS ARE DUE AT 3:00 P.M. ON SEPTEMBER 1, 2005 and shall be mailed to: Bid Depository/DOC, NOAA, MRAD, MC3, Acquisition Division, David Skaggs Research Center (DSRC), Room 33-GB506A, 325 Broadway, Boulder, CO 80305-3328. All hand-carried bids must be scanned in Building 22, 325 Broadway, Boulder, CO prior to being delivered to DSRC , Room 33-GB506A, 325 Broadway, Boulder, CO. If the bids are not scanned, they may be refused. E-MAIL OR FACSIMILE OFFERS WILL NOT BE ACCEPTED.
 
Place of Performance
Address: 325 Broadway, Boulder, CO
Zip Code: 80305
Country: US
 
Record
SN00873503-W 20050820/050818211932 (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.