Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

66 -- Waveplates

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD9323A001-Waveplates
 
Archive Date
2/16/2010
 
Point of Contact
Michelle Allamon, Phone: 5058468391, Brian J. Clark, Phone: 505-846-8146
 
E-Mail Address
michelle.allamon@kirtland.af.mil, brian.clark@kirtland.af.mil
(michelle.allamon@kirtland.af.mil, brian.clark@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is UNRESTRICTED. The NAICS Code for this synopsis/solicitation is 333314, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAD9323A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-38 effective 11 Jan 2010. The Government intends to award one contract for the following six contract line item numbers (CLINs): CLIN 0001 Zero-Order Half Waveplate (CVI: QWPO-1064-10-2) Quantity- 50 1. Physical Dimensions/Properties a. Diameter: 1 in (+/-.25 mm) b. Optical Contact (no air spaced optics) c. Un-mounted 2. Operating Wavelength: 1064nm 3. Antireflection Coated for 1064nm a. Rmax<=.25% (per surface) at 1064nm 4. Retardation:.5 waves (at 1064nm) a. Retardation Tolerance: lambda/200 - lambda/500 (or better) at 23 deg C 5. Surface Quality: 10-5 scratch and dig (or better) 6. Damage Threshold: a. CW: 1 MW/cm^2 @ 1064 nm (or better) b. Pulsed: 10 J/cm^2, 20-nsec pulses, 20 Hz @ 1064 nm (or better) 7. Transmitted Wavefront: lambda/10 at 633 nm (or better) 8. Bandwidth: a. 16 nm at 800 nm for lambda/200 - lambda/500 (or better) b. 80 nm at 800 nm for lambda/50 (or better) 9. Optical Material: a. Crystal Quartz 10. Parallelism: <= 0.5 arc sec (or better) CLIN 0002 Zero-Order Quarter Waveplate (CVI: QWPO-1064-10-4) Quantity 10 1. Physical Dimensions/Properties a. Diameter: 1 in (+/-.25 mm) b. Optical Contact (no air spaced optics) c. Un-mounted 2. Operating Wavelength: 1064nm 3. Antireflection Coated for 1064nm a. Rmax<=.25% (per surface) at 1064nm (or better) 4. Retardation:.25 waves (at 1064nm) a. Retardation Tolerance: lambda/200 - lambda/500 (or better) (at 23 deg C) 5. Surface Quality: 10-5 scratch and dig (or better) 6. Damage Threshold: a. CW: 1 MW/cm^2 @ 1064 nm (or better) b. Pulsed: 10 J/cm^2, 20-nsec pulses, 20 Hz @ 1064 nm (or better) 7. Transmitted Wavefront: lambda/10 at 633 nm (or better) 8. Bandwidth: a. 16 nm at 800 nm for lambda/200 - lambda/500 (or better) b. 80 nm at 800 nm for lambda/50 (or better) 9. Optical Material: a. Crystal Quartz 10. Parallelism: <= 0.5 arc sec (or better) CLIN 0003 High Energy Laser-Line Polarizing Cube Beam Splitter (CVI: PBSO-1064-100) Quantity 10 1. Physical Dimensions/Properties a. 1 inch (All edges of cube) (+/-.25 mm) b. Optical Contact (no air spaced optics) c. Un-mounted 2. Antireflection Coating: R <= 0.25%, all entrance and exit surfaces (or better) 3. Clear Aperture: >= 85% of central dimension 4. Damage Threshold: a. CW: 1 MW/cm^2 @ 1064 nm (or better) b. Pulsed: 5 J/cm^2, 20 nsec, 20 Hz @ 1064 nm (or better) 5. Extinction Ratio: a. lambda=532 nm or 1064 nm: Tp/Ts=500:1 (or better) b. lambda < 500 nm: Tp/Ts =250:1 (or better) 6. Reflection Efficiency a. lambda >= 500 nm: Rs > 99.5% (or better) b. lambda <= 500 nm: Rs> 99.0% (or better) 7. Transmission Efficiency a. Tp > 95% (or better) 8. Transmitted Wavefront Error a. lambda/4 at 633 nm (or better) 9. Optical Material a. UV-grade fused silica 10. Surface Quality a. 20-10 scratch and dig (or better) 11. Transmitted Beam Deviation a. < 5 arc min (or better) CLIN 0004 Laser Windows (CVI: W2-IF-2025-C-1064-45UNP) Quantity 3 1. Physical Dimensions/Properties a. Diameter: 2 inch (+/-.25 mm) b. Thickness:.25 inch (+/-.25 mm) c. Wedge: 30 arc min (+/- 5 arc minutes) d. Un-mounted 2. Angle of Incidence: 45 degrees 3. Polarization Orientation: Unpolarized 4. Antireflection Coating: a. R <= 0.25% per surface @ 0 Degrees @ 1064nm b. R <= 0.60% at 532 nm @ 0Degrees 5. Clear Aperture: a. >= 85% of central diameter (or better) 6. Coating Technology a. Electron Beam Multilayer Dielectric 7. Damage Threshold: a. CW: 1 MW/cm^2 @ 1064 nm (or better) b. Pulsed: i. Broadband: 10 J/cm^2, 20 nsec, 20 Hz @ 1064 nm (or better) ii. Dual wavelength: 5 J/cm^2, 20 nsec, 20 Hz @ 532 nm; 10 J/cm^2, 20 nsec, 20 Hz @ 1064 nm (or better) 8. Optical Material: a. BK7 Glass 9. Surface Quality: a. 10-5 scratch and dig (or better) 10. Transmitted Wavefront Error a. Lambda/10 @633nm (or better) 11. Adhesion and Durability a. Per MIL-C-675C. Insoluble in lab solvents. CLIN 0005 Large Wedge Windows (CVI: LW-3-2050-C) Quantity 3 1. Physical Dimensions/Properties a. Diameter: 2 in (+/-.25mm) b. Thickness:.25 in (+/-.25mm) c. Wedge: = 3 degrees (+/- 6 arc minutes) d. Un-mounted 2. No Optical Coating 3. Clear Aperture a. >= 85% of central diameter (or better) 4. Optical Material a. BK7 glass 5. Surface Quality a. 10-5 scratch and dig (or better) 6. Transmitted Wavefront Error a. lambda/10 @ 633 nm (or better) 7. Damage Threshold: a. CW: 1 MW/cm^2 @ 1064 nm (or better) b. Pulsed: 5 J/cm^2, 20 nsec, 20 Hz @ 1064 nm (or better) CLIN 0006 Laser Windows (CVI: W2-LW-3-2050-C-1050-1600-45UNP) Quantity 1 1. Physical Dimensions/Properties a. Diameter: 2 in (+/-.25 mm) b. Thickness:.25 in (+/-.25 mm) c. Wedge: 30 arc min (+/- 5 arc minutes) d. Un-mounted 2. Angle of Incidence: 45 degrees 3. Antireflection Coating: a. Broadband Coating (1050 -1600 nm) b. Broadband AR: Ravg <= 0.50% per surface @ 0 Degrees c. R<= 0.60% at 532 nm @ 0 Degrees 4. Clear Aperture: a. >= 85% of central diameter (or better) 5. Coating Technology a. Electron Beam Multilayer Dielectric 6. Damage Threshold: a. CW: 1 MW/cm^2 @ 1064 nm (or better) b. Pulsed: i. Broadband: 10 J/cm^2, 20 nsec, 20 Hz @ 1064 nm (or better) ii. Dual wavelength: 5 J/cm^2, 20 nsec, 20 Hz @ 532 nm; 10 J/cm^2, 20 nsec, 20 Hz @ 1064 nm (or better) 7. Optical Material: a. BK7 Glass 8. Surface Quality: a. 10-5 scratch and dig (or better) 9. Transmitted Wavefront Error a. Lambda/10 @633nm (or better) 10. Adhesion and Durability a. Per MIL-C-675C. Insoluble in lab solvents. Please note we are seeking Brand Name or Equal to for all items listed above. When submitting your response include all shipping expenses in your total quote. APPROXIMATE DELIVERY DATE IS 30 DAYS FROM AWARD. FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contract Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; FAR 52.222-50 Combating Trafficking Persons; DFARs 252.204-7004 Alternate A Central Contract Registration; DFARs 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 252.225-7001, 252.243-7002]; DFARS 252.225-7036 Buy American Act- Free Trade Agreement, DFARs 252.204-7003 Control of Government Personnel Work Product; DFARs 252.225-7002 Qualifying Country Sources as Subcontractors; DFARs 252.232-7003 Electronic Submission of Payment Request; DFARs 252.232-7010 Levies on Contract Payments; DFARs 252.211-7003 ALTERNATE I (AUG 2008) Item Identification and Valuation; DFARs 252.243-7001 Pricing of Contract Modifications. OFFERORS: RESPOND TO ENTIRE REQUEST; IT CONTAINS IMPORTANT INFORMATION USED TO EVALUATE QUOTES. FAILURE TO INCLUDE ALL REQUIRED DOCUMENTATION/INFORMATION MAY RENDER YOUR OFFER NONRESPONSIVE. OFFER, FILL-INS, AGREEMENTS, PUBLISHED PRICE LISTS, TECHNICAL LITERATURE, ETC, MAY BE SENT TO MRS. Michelle Allamon, PHONE: 505-846-8391, FAX: 505-846-4262 OR EMAIL: michelle.allamon@kirtland.af.mil. PLEASE REFERENCE THE RFQ NUMBER ON ALL DOCUMENTS. PLEASE SUBMIT A COPY OF YOUR PUBLISHED PRICE LIST TO SUPPORT PRICES QUOTED. DUNS NUMBER: __________________ CAGE CODE: __________________ TAXPAYER ID NUMBER: __________________ PROPOSED DELIVERY DATE IS___________________AFTER RECEIPT OF ORDER. PROMPT PAYMENT DISCOUNT TERMS_______________ VENDOR EMAIL ADDRESS: __________________ VENDOR POINT OF CONTACT: __________________ All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 1 February 2010 at 10:00AM (Mountain Standard Time). Offers may be mailed to 377 CONS/LGCA, ATTN: Mrs. Michelle Allamon, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, E-mailed to michelle.allamon@kirtland.af.mil, or faxed to (505) 846-4262 ATTN: Mrs. Michelle Allamon. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (866) 606-8220 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD9323A001-Waveplates/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02048734-W 20100127/100125234322-4c379a6b43d7f90be2e39d4cb238bd1b (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.