Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

66 -- Thin Line Laser System

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBAP0204A006
 
Archive Date
9/21/2010
 
Point of Contact
Lesa A. White, Phone: 8508820255
 
E-Mail Address
lesa.white@eglin.af.mil
(lesa.white@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center/Operational Contracting Division (AAC/PKOB), Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a narrow line laser system. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ) and constitutes the only solicitation. The announcement number is F1TBAP0204A006. The quote will be evaluated on a lowest price technically acceptable basis. The North American Industry Classification System (NAICS) code for this acquisition is 334413 with a small business size standard of 500 employees. This acquisition is set aside 100% for small business. Please identify your business size in your response based upon this standard. CLIN 0001: 1 EA 780 nm Narrow Line Laser System Requirement: One Narrow Line Laser System as describe below. Quoted price should include FOB Destination. 1. Basic Configuration: In this text, required system components and other items to be provided by the Vendor are Capitalized, and also *starred* the first time they are mentioned. Final application components to be provided by AFRL/RWME will be identified as "government equipment" or "GFE"; the GFE will not be made available to the Vendor for testing. For the primary application, the output of the *780 nm Laser* will be made available through a *Single-Mode Optical Fiber*. A secondary application requires direct access to the free-space output of the laser; the Vendor will provide any internal *Beam Shaping Optics* required to produce a collimated free-space output beam. Both applications involve illumination of a reflective metal surface (GFE), so the Vendor will provide any internal *Optical Isolator* required to prevent system damage from re-entrant back-reflections of the laser beam. The Vendor will provide any required internal adjustable *Fiber Input Coupling Optics*, and any external *Fiber Output Collimating/Focusing Optics* required to provide a collimated and/or focused beam. The Vendor is invited to include as an option any internal *Output Switching Optics* that would facilitate changing between the fiber and free-space outputs. The Vendor will include a *Written Alignment Procedure* in their proposal describing the proposed method of switching between fiber and free-space laser outputs, and for alignment of the Fiber Input Coupling Optics. The system will include all *Laser Controllers*, *Power Supplies*, *Power Cables*, and *Control Cables* required for operation with 110 VAC single phase, 20 amp, 60 Hz electrical service. The quoted price will include all *Shipping Charges*, *Handling Charges*, *Delivery Charges*, and *On-Site Installation Charges* required to demonstrate a working laser system in Bldg. 1200 Room 11 at Eglin AFB, FL. 2. Mechanical Dimensions: The Vendor will include a *Mechanical Sketch* of the entire system with correct internal and external dimensions and relative component placements in their proposal. The 780 nm Laser footprint must fit within a narrow rectangular 1.5 x 2.0 foot open section on the existing optical table (GFE), with operator access to the laser situated along the optical table edge. The Laser Controllers and Power Supplies must fit into a 1.5 foot tall open section above an available shelf (GFE) on the existing 19-inch electronics rack (GFE). To accommodate existing space constraints, the Power Cables and Control Cables will permit at least a 10 foot separation between the 780 nm Laser and the Laser Controllers and Power Supplies. The Single-Mode Optical Fiber will be between 6 and 10 feet long. 3. Anticipated Environmental Variations: The 780 nm Laser system will be required to operate in a laboratory environment lacking rigid temperature and humidity controls; typical temperature variations during working hours can cover a ± 2 degree Celsius range. The Vendor will clearly state the temperature ranges over which the following System Performance and Warranty requirements will be met. The Vendor is invited to describe any special design or manufacturing considerations for their proposed system which may mitigate potential problems caused by the anticipated environmental variations. 4. System Performance: The Vendor will include in their proposal *Typical Test Data* from previously manufactured laser systems for all stated technical requirements. The Vendor will provide *Actual Test Data* from the laser system delivered to AFRL/RWME for all stated performance requirements. The 780 nm Laser will deliver a minimum of 400 milli-Watts (mW) continuous wave (CW) collimated optical power at the Single-Mode Optical Fiber output; higher output powers up to 1000 mW are desirable. The 780 nm Laser will deliver a minimum of 800 mW CW collimated optical power in the free-space output beam; higher power outputs up to 2000 mW are desirable. A low-divergence, circular, Gaussian free-space output beam is desirable; the Vendor will include in their proposal the beam divergence (milli-radians, full-angle), beam ellipticity, and the "M-squared" beam quality factor for the free space output beam from their proposed system. The 780 nm Laser must be capable of continuous full-power mode-hop-free tuning over a 30 GHz wide range spanning the 780.404 to 780.465 nm air wavelength region [12816.4 to 12817.4 cm-1 vacuum wavenumber region]; a broader mode-hop-free tuning range is desirable. Scanning over this range must be achievable on a timescale of 100 milli-seconds (ms), or shorter; faster scanning rates are desirable. The system must be capable of initiating, completing, and repeating these scans without any additional external components. Scanning under control of an external personal computer (GFE) is desirable; if this capability is included, the Vendor will supply any *Windows Vista Compatible Software* required for remote control operation. The system will supply a transistor-transistor-logic (TTL) compatible *Electronic Output Trigger* signal at the start of each scan to enable synchronization with the data acquisition system (GFE). The effective spectral linewidth during these 100 ms duration scans will not exceed 10 MHz full-width-at-half-maximum (FWHM). The 780 nm Laser will also be operated for extended periods of time at fixed wavelengths in the 780.404 to 780.465 nm air wavelength region. During the 100 s duration fixed frequency operations, the effective spectral linewidth will not exceed 100 MHz FWHM; the output power drift will not exceed +/- 1 %; the root-mean-square (RMS) optical noise over the 1-1000 MHz range will not exceed 1 %. Similar operational capabilities in the 795 nm wavelength region are desirable. 5. Serviceability and Warranty: The Vendor will clearly describe which parts are covered under the standard Warranty, and the duration of the standard Warranty. The Vendor is invited to propose as an option an extended Warranty plan which will cover all parts, labor, and travel charges for a limited time. • 52.202-1, Definitions • 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • 52.204-7, Central Contractor Registration; • 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • 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, incorporating the following: • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 52.219-6, Notice of Total Small Business Set-Aside • 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-Alt III, Buy American Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-1, Payments • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.233-4, Applicable Law for Breach of Contract Claim • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated by Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause);  DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials.  DFARS 252.204-7004, Alternate A. Central Contractor Registration • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea;  DFARS 252.225-7002, Qualifying Country Sources as Subcontractors  AFFARS 5352.201-9101, Ombudsman  AFFARS 5352.242-9000, Contractor Access to Air Force Installations To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 6:00 P.M., Central Standard Time on 6 September 2010. The quote is at the discretion of the offeror. Send all packages via email to Lesa White at lesa.white@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBAP0204A006/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02255055-W 20100827/100825235921-a89f8a081afdfdb96fd5f51918c5c38e (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.