Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
DOCUMENT

66 -- Two (2) Fabry-Perot Optical Cavities - optical cavity drawing

Notice Date
7/29/2008
 
Notice Type
optical cavity drawing
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0511
 
Archive Date
8/28/2008
 
Point of Contact
Paula A. Wilkison, Phone: 301-975-8448, Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334413 with a small business size standard of 500 employees. This solicitation shall be set-aside 100 percent for Small Business. Background: The general mission of NIST’s Engineering Metrology Group is dimensional measurement, and an important part of this is determining refractive index of air when interferometry is the method of measurement. Refractive index can also be used to infer gas pressure, and NIST is investigating how this relationship can be utilized. These optical cavities will be the central part of a study of refractive index for these applications. The critical factor is to develop Fabry-Perot cavities to which gas can be admitted to determine refractive index. The basic idea is that the cavities must be as stable as possible, so that the only variations in optical pathlength are associated with gas refractive index changes. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity Two (2) Optical Cavities, which shall meet or exceed the following minimum specifications: We require two optical cavities, where each cavity is constructed as described below. The cavity will have two IBS mirrors (with ULE substrate) that are optically contacted to a ULE spacer. NIST will provide the spacer as described below. The spacer is square in cross-section, approximately 60mm on a side, and there is a slot cut through the spacer that goes a little more than half way through, so as to provide an air path at a point near the neutral axis of the cavity. The cavity would then look something like the picture in attached document 1. This requirement is for two (2) cavities: the first as shown in attached document 1, with a spacer 330 mm long, and the second (about half as long) with a 143 mm spacer. The slot shall be 8 (minimum) to 11 (maximum) mm wide (the exact width at the discretion of the vendor). The slot shall extend below the center of the spacer so that the cavity mode can be centered at a point near the neutral axis of the spacer; it shall extend below the center of the spacer by an amount somewhere between 4 (minimum) and 6 (maximum) mm (the exact depth at the discretion of the vendor). The cavity cross-section will be a little smaller than 60 mm x 60 mm, but larger than 50 mm x 50 mm. Initial rough manufacture of the spacers will be done here at NIST: we will cut the slot, drill a few small holes (not shown in the attached picture), and finish the ends at an appropriate angle relative to the axis of the cavity as discussed below. The vendor will then polish the ends to required flatness prior to optical contacting of the mirrors. 1. Each of the two cavities requires a set of two mirrors. (two sets of mirrors (4 mirrors total) are required) (a) The substrate shall be Corning ULE (so as to match the material and thermal properties of the NIST-provided spacer). The ULE shall be of good optical quality (premium grade) suitable for a mirror substrate without undue scattering or wavefront distortion of the beam. (b) One mirror shall be flat and the second shall have a radius of curvature 0.5 m. (c) Mirror reflectivity shall be 99.5% at 633 nm. (d) The back sides of the mirrors shall be AR coated and wedged: reflection from the back side should be less than 0.2% and the surface shall be wedged at an angle between 1 and 2 degrees. (e) Mirror coatings shall be ion beam sputtered to prevent sensitivity of the mirror coating to humidity. 2. It is necessary that NIST know the phase shift of the mirrors at 633 nm, and this requirement can be met in one of two ways. First, if the vendor will simply tell us the structure of the stack and manufacturing tolerances, we will have sufficient information to calculate the phase shift. But if the stack structure is proprietary information that cannot be revealed, the manufacturer must calculate the phase shift, along with its uncertainty due to manufacturing tolerances, and provide NIST with this information. 3. NIST will provide the partially finished ULE spacer, with the two ends cut perpendicular to the neutral axis within 0.1 degree, and are also parallel to each other within 0.15 degree. (These values are suitable for achieving reasonable alignment of the optical mode with the desired axis, assuming that the mirrors are manufactured and positioned in a suitable manner.) It is then the responsibility of the vendor to polish the two ends as needed and contact the mirrors. The contacting method must be capable of achieving a strength comparable to the strength of the bulk material, and for this reason an advanced optical contact method which provides greater strength than a classical optical contact is required. No actual adhesive layer is permissible, but a chemically activated bond is one possible solution. 4. For the completed assembled cavity, the center of the optical mode shall be located within 2 mm of the neutral axis of the cavity. Along the horizontal direction, the neutral axis is halfway between the two sides of the cavity. Along the vertical direction, the neutral axis is located approximately 1.3 mm below the center of the cavity, where the exact value can vary between about 1.0 mm and 1.6 mm depending on the vendor’s desired slot geometry and on the final, finished external dimensions of the spacer. The center of the optical mode should be at least 2 mm away from the edges of the mirror coatings or the sides of the slot. Within 8 weeks of contract award, NIST will send the ULE spacers to the vendor and will also inform the vendor of the exact location of the neutral axis (as calculated from the final, finished dimensions of the cavity). 5. The cavity finesse shall exceed 300. (Note that the specified reflectivity of 99.5% is consistent with a finesse of 600, which would be the ideal result.) 6. Finished cavities shall be delivered to NIST no later than 16 weeks after Contractor’s receipt of the NIST-provided coarse-finished spacers. 1352.217-102 Government Review, Comment, Acceptance and Approval (JAN 1987): (a)Documentation, including drawings and other engineering products and reports, required by the contract to be submitted for review, comment, acceptance or approval will be acted upon by the Government within 20 calendar days after receipt by the Government, unless another period of time is specified. (b) Review, comment, acceptance or approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such review, comment and acceptance or approval. Inspection and Acceptance Criteria: 1.Visual-Physical check at NIST laboratory for adherence to design specifications, most importantly the finesse will be measured to verify that it lies in the range given in the specifications, and the position of the transverse mode relative to the specified cavity axis will be determined to verify that it meets specifications. 2.Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the artifact is ready, as determined by the contractor, and may be witnessed by the contractor. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor’s commercial schedule. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately of equal importance to price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation, as well as that provided by the three technical references. Technical Capability shall be evaluated to determine the Contractor’s overall understanding of the work, their ability to successfully design and fabricate the optical cavities required, and the overall feasibility of the proposed methodology. Quotations shall include manufacturer sales literature or other product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Offerors shall provide a list of at least three (3) technical references to whom the same or similar products have been sold. The list of technical references shall include, at a minimum: the name of the reference contact person and the company or organization; and the telephone number and email address of the reference contact person. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 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: 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.245-1, Government Furnished Property 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. Required Submissions: All vendors shall submit the following: 1)An original and one (1) copy of a quotation which: a.Addresses all of the above items; b.Includes any available information regarding the bonding process. This information could include references to the open literature or whatever non-proprietary information they can make available relating to the strength and durability of the bonding process; c.Includes design drawings showing the geometry of the mirror substrate. The drawings shall make clear what is the distance of the mirror surface from the surface that will contact the spacer; d.The vendor shall state whether or not they desire that NIST finish the cavity with a small amount of additional length so that, following the final polishing process, the overall cavity length will meet the stated specifications. e.The vendor shall specify the desired values for the width and depth of the slot in the ULE space, within the range given previously. 2)An original and one (1) copy of the technical description and/or product literature; 3)The names and contact information for three (3) technical references; 4)Country of Origin information. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: -- The offeror shall state: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition”; OR -- The offeror shall state: “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes shall be received not later than 3:00 PM local time, on August 13, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Paula Wilkison. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable and shall be addressed to: paula.wilkison@nist.gov. Faxed quotes will NOT be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7f400907ca1c9988dfd9c857cc2af5a&tab=core&_cview=1)
 
Document(s)
optical cavity drawing
 
File Name: optical cavity drawing (optical cavity drawing.doc)
Link: https://www.fbo.gov//utils/view?id=1e94233e7ec4943079d16fbd92fe2a19
Bytes: 35.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01626305-W 20080731/080729230705-f7f400907ca1c9988dfd9c857cc2af5a (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.