Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOURCES SOUGHT

66 -- Diverse Wavelength Ring Laser - Sources Sought

Notice Date
7/20/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-18-R-0101
 
Archive Date
8/11/2018
 
Point of Contact
Amy, Phone: 9375224540
 
E-Mail Address
amy.rosier@us.af.mil
(amy.rosier@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Diverse Wavelength Ring Laser Sources Sought Diverse Wavelength Ring Laser Sources Sought Solicitation # FA8601-18-R-0101 The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research for Air Force Institute of Technology (AFIT). The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet AFIT/ENP requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFIT/ENP is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: •1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. •2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/ capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. •4. Questions relative to this market survey should be addressed via email to Amy Rosier (AFLCMC/PZIBC), amy.rosier@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION AFIT/ENP has a requirement for Diverse Wavelength Ring Laser. The Diverse Wavelength Ring Laser of a state-of-the-art ring laser with an ultra-narrow linewidth (<100 kHz), low noise (<0.1% RMS), high resolution scans all tunable over 700-1,000 nm with additional modules to allow tunable wavelength outputs not current achievable by lasers at AFIT including additional ranges of 210-250 nm, 350-500nm, 515-660 nm. Requirements: AFIT's current inventory of ring lasers stems are aging, with the newest ring laser in inventory being over 10 years old, AFIT has no current technology ring lasers to perform laser spectroscopy experiments. This new ring laser system is required to conduct spectroscopy experiments over an extremely wide range of effective wavelengths with unprecedented precision and would effectively replace, and dramatically add to current capabilities in the laboratory. This specification lists the minimum requirements for the diverse wavelength tunable ring laser system: •(1) Power: The core titanium sapphire ring laser must achieve at least 4 Watts of peak output power between wavelengths of 700-1,000 nm, and at least 100 mWatts of peak power between 515-660 nm range, at least 50 mWatts of peak power between 302-347 nm range, at least 1 W of peak power in the 350-500 nm range, and at least 10 mWatts in the 210-250 nm range. •(2) Size: The system must be compact to allow for additional equipment in the operational environment - the core titanium sapphire ring laser should be smaller than 30 x 18 x 10 cm. •(3) Environment Immunity: The core titanium sapphire ring laser must be hermetically sealed to prevent dust from entering the cavity while simultaneously allowing for purge times of less than 10 minutes. •(4) Robustness: The core titanium sapphire ring laser surviving environment trauma (for example, drops from heights of at least 1 m, extreme vibration, or similar) must be demonstrated. •(5) Demonstrated Performance: A list of existing customers using the ring laser system must be provided with contact information to demonstrate prior performance. •(6) Remote Operation: The core titanium sapphire ring laser must have no manually adjustable parts that require human intervention while still being fully tunable from 700 to 1,000 nm with software development kits available in LabView and Python. •(7) Scanning Parameters: The core titanium sapphire ring laser must have scan rates of up to 200 GHz/sec with mode-hop free wavelength scanning over 5 nm with up to 10 kHz resolution in less than 10 minutes. High resolution single scan widths must be at least 25 GHz wide. •(8) Amplitude Noise: The core titanium sapphire ring laser must have an amplitude noise of 0.1% RMS or better. •(9) Linewidth: The core titanium sapphire ring laser must have an absolute linewidth of 50 KHz or better. •(10) Wavelength Access: Additional modules must allow for tunability over the spectral ranges of 210-250 nm, 302-347 nm, 350-500 nm, 515-660 nm, and 700-1,000 nm. •(11) Visible Frequency Doubling Mechanism: The core titanium sapphire ring laser must be coupled to a visible frequency doubled for the range of 350-500 nm and must achieve at least 35% conversion efficiency. The frequency doubling cavity must not need temperature control. •(12) Pump Source: The laser system must include a single mode Verdi V18 as the pump source to support mixing modules. •(13) Chillers: The laser system must include any chillers needed to support all normal operations. •(14) Mixing sources: The laser system must include all pump sources required for mixing to achieve all tunable ranges. •(15) Wavemeter: The laser system must give a wavelength reference using a wavemeter for fast feedback of the laser output with resolution and sample speed equal to or better than a High Finesse WS-6. The wavemeter must also include all optics for coupling and integrate with the ring laser control software to support wavelength estimates for all tunable wavelength ranges listed. •(16) Laser Dye: The laser system must not contain or require any laser dye or laser dye medium for operation at any wavelength. •(17) Control System: The laser system must include all hardware, firmware, software, and computer systems needed for operation. •(18) Documentation: Full documentation for maintaining, operating, and repairing the laser system, including all control software, must be included. •(19) Updates: Future software updates will be made available to AFIT as they become available free of additional charges. •(20) Installation & Training: The complete laser system must be installed in AFIT's laboratory and the manufacturer must provide hands on training for all operation and maintenance of the laser system (for example, the training traditionally given to new field technicians). A complete user guide for all operations must be included. A complete maintenance manual for all repairs must be included. PERIOD OF PERFORMANCE The customer will receive all components 6 months after contract award. DELIVERY AND TRAINING The contractor will deliver hardware to the Air Force Institute of Technology (AFIT) at WPAFB, OH and will allow for two days of installation and three days of training on site for a minimum of four AFIT personnel. WARRANTY Laser system must be free from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual, for the period of time of one year after receipt. PAYMENTS "100% payment (IAW Wide Area Workflow procedures) after completion of delivery, installation, and training." CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 334516 - Analytical Laboratory Instrument Manufacturing •· FSC Code 6650 - Optical Instruments •· Based on the above NAICS Code, state whether your company is: •o Small Business (Yes / No) •o Small Disadvantaged Business (Yes / No) •o Woman Owned Small Business (Yes / No) •o Economically Disadvantaged Woman Owned Small Business (Yes / No) •o 8(a) Certified (Yes / No) •o HUBZone Certified (Yes / No) •o Veteran Owned Small Business (Yes / No) •o Service Disabled Veteran Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •· Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •· Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. •o FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) •o FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) •o FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) •o FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) •o FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) •o FAR 52.204-7 System for Award Management (Jun 2013) •o FAR 52.204-13 System for Award Management Maintenance (Jul 2013) •o FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) •o FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) •o FAR 52.233-3 Protest After Award (Aug 1996) •o DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) •o DFARS 252.204-7003 Control of Government Work Product (Apr 1992) •o DFARS 252.225-7048 Export Controlled Items (Jun 2013) •o DFARS 252.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) •o DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) •o DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) •o AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) •o AFFARS 5352.201-9101, Ombudsman (Apr 2010) •o SPS STMNT NBR 12: Level 1 Antiterrorism (AT) Awareness ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions •1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. •2. Describe briefly the capabilities of the nature of the services you provide. •3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? •5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to amy.rosier@us.af.mil. E-mail responses should be received no later than Friday, 27 July, 2018 by 1 pm EST. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. As an alternative to electronic submissions you may mail two original signed copies of your response, on or before the same date to: AFLCMC/PZIBC, Bldg. 1, Room 109 Attn: Amy Rosier 1940 Allbrook Dr. Wright-Patterson AFB OH 45433-5344 (937) 522-4540 RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-18-R-0101 - Diverse Wavelength Ring Laser ". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: amy.rosier@us.af.mil. RESPONSE DUE DATE: Responses are due no later than 1:00 pm, EST. Friday, July 27, 2018 and should be sent to amy.rosier@us.af.mil. Primary Point of Contact: Amy Rosier Contract Specialist amy.rosier@us.af.mil Phone: (937) 522-4540 Contracting Office Address: 1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB, Ohio 45433-5309 United States Place of Contract Performance: Air Force Institute of Technology (AFIT) / ENP Wright-Patterson AFB, OH 45433
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-18-R-0101/listing.html)
 
Place of Performance
Address: Air Force Institute of Technology (AFIT) / ENP, Wright-Patterson AFB, OH 45433, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05001152-W 20180722/180720230924-f4d46483d7984b0d47f7c7b8ceb6b0c3 (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.