SOURCES SOUGHT
A -- Optical preform analyzer & Optical fiber refractive index profiler systems
- Notice Date
- 6/20/2023 7:06:23 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-23-R-RJ03
- Response Due
- 6/27/2023 12:00:00 PM
- Archive Date
- 06/28/2023
- Point of Contact
- Richard Waterstreet, Phone: 2029231547
- E-Mail Address
-
richard.waterstreet@nrl.navy.mil
(richard.waterstreet@nrl.navy.mil)
- Description
- The Naval Research Laboratory is searching for potential sources that are capable of meeting the requirement described in the below specifications for a quantity one (1) each:�Optical preform analyzer system and�Optical fiber refractive index profiler system. Optical preform analyzer system (Qty: 1) The following is a list of the key technical characteristics of the preform optical fiber component fabrication system required by NRL: Vertical standing preform unit. Automated rotation of preform. Automated Z-axis translation of preform. Hands free operation for loading preform into system. Profiles at many angles along preform. Preform profiles acquired along entire length. Internal calibration. Ability to profile preforms that are of polarizing maintaining design. Ability to profile preforms that are of single mode and multimode design. Ability to profile preforms that are of microstructured design. Accuracy of refractive index of +/- 0.0002. Ability to profile preform sizes ranging from 10mm to 30mm. Preform index measurement repeatability of less than 00005. Repeatability for preform concentricity of less than 0.05 millimeters. Full installation and training of the system � � � �2. Optical fiber refractive index profiler system (Qty: 1) The following is a list of the key technical characteristics of the optical fiber component fabrication system required by NRL: Automated fiber location. High speed scanning. Traceable calibration. Refractive index repeatability of +/- 0.0002. Ability to profile optical fiber sizes ranging from 80 to 500 micrometers. Ability to profile fibers that are of polarizing maintaining design. Ability to profile fibers that are of single mode and multimode design. Ability to profile fibers that are of microstructured design. Repeatability for fiber core/clad concentricity of 0.25 micrometers. Repeatability of single mode fiber core non-circularity of 2.5%. Repeatability of single mode fiber cladding non-circularity of 0.3%. Repeatability of multi-mode fiber core non-circularity of 0.5%. Repeatability of multi-mode fiber cladding non-circularity of 0.3%. Repeatability of single mode fiber core diameter of 0.15 micrometers. Repeatability of multi-mode fiber core diameter of 0.2 micrometers. Repeatability of single mode fiber cladding diameter of 0.3 micrometers. Repeatability of multi-mode fiber cladding diameter of 0.3 micrometers. Geometry measurement algorithms for standard telecommunication grade single-mode fiber and standard telecommunication graded-index type multimode fibers are included as standard. Fast fiber data acquisition. Hardware and software for Data collection and analysis. Vibration table The intent of this RFI/ Sources Sought is to: Determine if an adequate number of qualified, interested contractors capable of performing the work further described in the above specifications exist; and Determine if the contractor can meet the required specifications. NRL asks that the interested parties, at a minimum, supply the following information: Name of Company and Point of Contact (POC) Business Size/Socioeconomic Categories Unique Entity ID (DUNS) and Cage Code Capabilities Statement relevant to the above technical specifications Any questions/suggestions related to the specifications Whether the proposed item would be considered a commercial item in accordance with FAR 2.101 If the manufacturer of the component, please confirm if Authorized Resellers are available. Responses should be no more than 15 pages, and should be emailed to the Contract Specialist at Richard.waterstreet@nrl.navy no later than 3:00pm on 27 June 2023. NOTE: THIS IS NOT A SOLICITATION. This is a Sources Sought Notice (SSN)/Request for Information (RFI) for planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a SSN/RFI, no evaluation letters and/or results will be issued to the respondents. The Government is not committed to awarding a contract or issuing a solicitation pursuant to this announcement. No solicitation package is available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3535e79763c748b989b64bb4e45894f7/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Record
- SN06721550-F 20230622/230620230123 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |