Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

66 -- DUAL HEAD LASER SYSTEM

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06167395Q
 
Response Due
8/17/2006
 
Archive Date
8/2/2007
 
Description
This notice 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 the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one (1) 20KhZ Dual Head Laser System per the following specifications: Laser system for producing two laser pulses of equal energy from 6 kHz to 20 kHz. Laser shall incorporate a dual head design, such that each laser head can be independently triggered. The delay adjustment between laser head outputs is continuously adjustable from 0 to ? of the laser repetition rate with at least 15 nanosecond accuracy when externally triggered by the same trigger pulse. Both laser oscillator heads and all beam combining, wavelength separation optics shall be contained in a single laser housing with dimensions specified below. Laser shall produce collinear output beams at 532 nm wavelength. Laser beams shall be frequency doubled before combining. Pulse energy from each laser head shall be at least 11 mJ at 6 KHz operation Pulse energy from each laser head shall be at least 10 mJ at 10 KHz operation Pulse energy from each laser head shall be at least 3.5 mJ at 20 KHz operation Output power stability shall be no more than 3% rms at 10 KHz operating point Laser shall be capable of operating from 6 kHz up to 20 KHz, output energies will be lower than the nominal value at 10 KHz Average laser power shall be at least 100W at 10 KHz from each laser head Output from the laser heads shall be orthogonally polarized, and have a polarization ratio of at least 100:1 Laser shall operate via either internal trigger, or via an externally supplied TTL level trigger signal. A single TTL trigger pulse shall be required for each laser head to initiate the Q-Switch operation. Timing jitter from receipt of external laser trigger to laser emission shall not exceed 15 nanoseconds Output from the dual oscillators shall be combined into a single coaxial beam, exiting the laser housing through a single port. At least 99% of the 1064 nm light shall be removed from the exit beam (only 532 nm output). Laser shall be capable of being controlled remotely via either a USB, Firewire or RS-232 port interface to a computer. Software capable of running on the Windows XP operating system shall be provided for controlling the laser operation via an interface port. Laser Control software shall permit the setting of laser output power, repetition rate, intra-cavity shutter and output shutter. Laser software shall shut down laser if an error condition occurs ? shutdown is defined as closing the intra-cavity shutter and decreasing laser flashlamp current to the minimum value. Laser system shall accept a continuity closure interface for interlock purposes. Laser shall be equipped with an external interlock connecter with a BNC style connector. Contact closure shall energize the internal laser interlock. Open circuit on the interlock connector shall cause the intra-cavity to close in each laser head. Laser shall be equipped with an exit port shutter to block laser emission. The high speed exit shutter shall have a maximum open/close time of 20 ms. Laser power requirements shall not exceed 208, 3-phase 50 Amp, 60 Hz service. Laser shall require external water cooling. Water cooling flow rate requirement shall not exceed 6 gpm at 15-100 psi. Cooling water temperature should be 7-18 C. Laser beam output from each laser head: Pulse length shall not exceed 120 nanoseconds at 10 KHz operation Beam Diameter shall not exceed 4.0 mm Shall have a beam quality of M2 < 45 Shall have a beam pointing stability of better than 40 microradians Physical size: Laser head dimensions shall not exceed: 1550Lx650Wx285H mm Laser power supply dimensions shall not exceed: 110x550x750 mm and shall be equipped with casters for transport Laser head shall not exceed 75 Kg Laser power supply shall not exceed 135 Kg each Umbilical cable from the laser power supply to the laser head shall be at least 4 m in length. Laser system shall hold above stated output power, beam quality specifications at 70 F. System shall include a digital delay pulse generator for synchronizing laser output timing. Pulse generator shall accept external trigger input and also provide a TTL output synchronization pulse. Laser system shall also accept an external TTL trigger pulse for each laser power supply (digital delay generator is not an integral part of the laser system). Offeror shall provide detailed instructions regarding the manual operation/setting of the flashlamp energy of the laser when operating below 6 KHz, if not already compensated in the control software. Supplied system shall include at least two spare laser flashlamps for each flashlamp installed in the laser head (total of at least 4 spare flashlamps). Shall include a user manual and complete optical layout drawing of any supplied system Shall include a 1 year parts and labor warranty Installation shall be provided by the Offeror Shipping shall be included in the bid price. Spare Parts Shall Include: 2 spare Deionized water filters for cooling group (in addition to the two installed in the laser cooling group). 1 spare LBO crystal in addition to the two crystals installed in the laser 1 spare LBO crystal for the Infini Series Quantronix Laser The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 10 weeks. Delivery shall be FOB Destination. Offers for the items(s) described above are due by COB August 17, 2006 to NASA/Glenn Research Center, Attn: Carol J. Cobbs, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 (with ALT I), 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, 52.225-16. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Carol J. Cobbs, e-mail carol.k.sharp@nasa.gov not later than August 10, 2006. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror, with acceptable past performance (delete if past performance will not be considered)]. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#121530)
 
Record
SN01104770-W 20060804/060802221959 (fbodaily.com)
 
Source
FedBizOpps 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.