Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

66 -- MY9E Pick and Place system

Notice Date
3/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX09T0077
 
Response Due
3/25/2009
 
Archive Date
5/24/2009
 
Point of Contact
Nathaniel S. Billups, 301-394-3165<br />
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 6650 2. NAICS Code: 334413 3. Subject:MY9E Pick and Place system 4. Solicitation Number: W911QX-09-T-0077 5. Set-Aside Code: None 6. Response Date: 03/25/09 7. Place of Performance: US Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1197 8. 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; a written solicitation will not be issued. The solicitation number is W911QX-09-T-0077. This acquisition is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five (5) days after date of publication of this synopisis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This acquisition is a sole source to is Coherent, Inc., 5100 Patrick Henry Dr, Santa Clara CA 95054-1112 in accordance with FAR 6.302-1. The associated NAICS code is 334413. Place of Performance: US Army, Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197 and as outlined in the Description of requirements. 9. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN00001 Custom high pulse repetition rate femtos laser system, 1 EA 10. Description of requirements: C.1. Requirement - C.1.1The contractor shall provide the following equipment to ARL which comprises a high repetition rate femtosecond laser amplifier system. C.1.1.1 External pulse stretcher / compressor unit C.1.1.2 DFG 9800 Difference Frequency Generator C.1.1.3 Ti:Sapphire Oscillator comprised of: C.1.1.3.1 Micra 18 Ti:Sapphire oscillator C.1.1.3.2 Integrated Verdi V18 continuous wave (cw) diode pumped solid state (DPSS) laser. C.1.1.4 RegA 9000 Titanium:Sapphire Regenerative Amplifier. C.1.1.5 OPA 9800 Optical Parametric Amplifier C.1.2 The contractor shall install the high repetition rate femtosecond laser amplifier system including the equipment in C.1.1.1 to C.1.1.5 above at ARL in Adelphi, MD within 6 weeks of contract award. C.1.3. The contractor shall verify that the equipment in C.1.1.1 to C.1.1.5 performs according to the manufacturers specifications for each component. The contractor shall fabricate the equipment in C.1.1.1 so that the equipment in C.1.1.2, C.1.1.4, and C.1.1.5 meet their respective specifications listed in Tables 2, 4, and 5. The equipment in C.1.1.2 shall meet the specifications in Table 2. The equipment in C.1.1.3.1 shall meet the specifications in Table 3, and the equipment in C.1.1.3.2 shall meet the specifications in Table 1. The equipment in C.1.1.4 shall meet the specifications in Table 4. The equipment in C.1.1.5 shall meet the specifications in Table 5. C.1.4. The contractor shall verify that the high repetition rate femtosecond laser amplifier system comprised of the components in C.1.1.1 to C.1.1.5 meets the manufacturers specifications for the system, pursuant to C.1.4.1 through C.1.4.5 C.1.4.1. The Verdi V18 continuous wave diode pumped solid state laser shall produce greater than 18 W output power at 532 nm. C.1.4.2 The Micra 18 Ti:Sapphire oscillator shall possess an average mode-locked power greater than 300 mW at 800 nm with a pulse width less than 15 fs when compressed with the custom external pulse stretcher/compressor unit. C.1.4.3. The RegA 9000 Titanium:Sapphire Regenerative Amplifier shall produce a pulse energy greater than 6 microJoules at 250 kHz (with12W of pump power from Verdi), a pulse duration less than 160 fs deconvoluted autocorrelation width (when used with external pulse stretcher/compressor), and a repetition rate variable from 10 kHz to over 250 kHz. C.1.4.4 The OPA 9800 Optical Parametric Amplifier shall operate at a repetition rate from 10 kHz to 300 kHz, with a pulse energy of 160 nJ and an average power of 40 mW at 250 KHz. The Signal Output shall be wavelength tunable from 1.1 microns to 1.6 microns, while the Idler Output shall be wavelength tunable from 1.6 microns to 2.4 microns. The Energy Stability shall be +/- 4% (peak-to peak noise 1 Hz to 100 kHz) and the Power Drift shall be +/- 4% (over 1 hour after 1 hour warm-up, crystal temperature controlled with chiller, room temperature stable at less than +/-1deg C). C.1.4.5 The DFG 9800 Difference Frequency Generator shall have a wavelength tuning range from 2.25 microns to 10 microns, and a conversion efficiency at 4 microns greater than 2%, at 250 kHz repetition rate. C.1.5 The contractor shall remove the existing nonfunctional laser equipment as part of a trade-in credited toward the new laser system. C.1.5.1 The contractor shall provide all materials required to crate the existing nonfunctional laser equipment and the contractor shall remove the laser from the ARL site. The contractor shall pay all shipping charges to ship the nonfunctional laser equipment to the contractors site. C.1.5.2 The existing nonfunctional laser equipment to be removed by the contractor consists of the following items in C.1.5.2.1 through C.1.5.2.4. C.1.5.2.1 Spectra-Physics Beamlock 2080-20S Argon ion laser, SN 457, Dec. 1996 C.1.5.2.2 Spectra-Physics PicoTsunami picosecond laser oscillator, SN 130, Nov. 1991 C.1.5.2.3 Spectra-Physics Tsunami 3960C-LIS Lok-to-clock femtosecond laser oscillator, SN 1522G, Dec. 1996 C.1.5.2.4 Spectra-Physics Opal 1.3 optical parametric oscillator, SN 1163, Dec. 1996. The contractor shall consider the items in C.1.5.2.1 through C.1.5.2.4 as trade-in items used to purchase at a reduced price the required upgrade to the ARL capability as represented by the high repetition rate femtosecond laser amplifier system pursuant to C.1.1.1 through C.1.1.5. C.2 Deliverables - The contractor shall ensure the deliverables meet the specifications listed in the following tables: (note: tables maybe provided upon request by contacting the POC in paragraph 17) The laser system is a CW pumped, Cavity-dumped Titanium-Sapphire (Ti:S) regenerative amplifier capable of pumping multiple OPA's at repetition rates as high as 250kHz. The laser system takes a few milliwatts of output power from the MICRA oscillator and amplifies over 1000 times to the microjoule level. The pulse is then recompressed to near the duration of the injected pulse. The low noise characteristics of the CW laser pumping the laser system are transferred to the laser system output which has excellent beam quality and low optical noise. The laser system includes a standard one year warranty. 12. The Contractor shall deliver deliver (8) weeks after award of purchase order. Acceptance shall be performed at Army Research Laboratory, :Building #102, Receiving Room, Monday through Friday (except holidays) from 7:30 AM to 4:00 PM only by a Government Representative. 13. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None 14. 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. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. 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 Defense Acquisitions of Commercial Items, applies to this acquisition. 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 Defense 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, 252.225-7001, 252.247-7023. Clauses and provisions can be obtained at http://www.arnet.gov. 15. The following additional contract requirement(s) or terms and conditions apply: 52.004-4409, 52.004-4411, 52.016-4407, 52.032-4418, 52.032-4431, 52.005-4401, 52.011-4401, AMC Level Protest Program (APR 2006), US Army Research Development and Engineering Command Acquisition Center, RDECOM Adelphi Contracting Division Website. Provisions can be obtained by contacting the Procurement Technican, Nate Billups at: nate.billups@arl.army.mil. 16. The following notes apply to this announcement: None. 17. Offers are due on 03/25/09 by 11:59 pm, Eastern Standard time, via email to nate.billups@arl.army.mil. For information regarding this solicitation, please contact Nate Billups, Procurement Technicion, 301-394-3165, nate.billups@arl.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b971bc264048ccb15263d4ecec4fb3a&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD<br />
Zip Code: 20783-1197<br />
 
Record
SN01774794-W 20090322/090320221607-3b971bc264048ccb15263d4ecec4fb3a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.