Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2023 SAM #8059
SOURCES SOUGHT

58 -- High Power Laser System 3kW, 1070nm

Notice Date
12/19/2023 6:37:24 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-24-RFI-CY05
 
Response Due
1/4/2024 9:00:00 AM
 
Archive Date
01/19/2024
 
Point of Contact
Courtney Williams, Phone: 2029231368
 
E-Mail Address
courtney.williams@nrl.navy.mil
(courtney.williams@nrl.navy.mil)
 
Description
RFI Number: N00173-24-RFI-CY05 Title: High power laser (HPL) System Posting Date: 12/19/2023 Response Date: 01/04/2024 Primary POC: Name: Courtney Williams; e-mail: Courtney.williams@nrl.navy.mil NAICS: 335999 - All Other Electrical Equipment and Component Manufacturing� NOTE: THIS IS NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS RFI. This Sources Sought Notice (SSN) is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This SSN is for informational and planning purposes only and does not guarantee that this will be competed via FedBizOpps. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375 OBJECTIVE: The intent of this RFI is to gauge industry interest and search for potential sources capable of fulfilling a requirement for a High power laser (HPL) System 3kW, 1070nm in accordance with the following technical requirements. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These specifications do not necessarily represent the final specifications. The High power laser (HPL) System must meet the following specifications: a. The HPL shall have a center wavelength within 10 nm of 1070 nm as currently used by current DOD directed energy systems b. The HPL shall be a single mode fiber laser c. The HPL shall be supplied by 3-phase power with voltage in the range of 400 � 480 VAC d. The HPL shall weigh less than or equal to 200 kg e. The HPL system shall be no larger than 500 mm x 900 mm x 600 mm f. The HPL shall be capable of both continuous wave (CW) and modulated modes of operation g. The HPL shall be capable of modulation with frequency in the range of at least 0 � 5 kHz h. The HPL shall be capable of 3 kW average optical power output with M2 of less than or equal to 1.1 i. The HPL shall maintain power stability to within at least +/- 2% j. The HPL shall have power tunability at least in the range of 10% - 100% k. The HPL shall be provided with an output fiber length of at least 5 meters l. The HPL should have a fiber that is QBH terminated m. The HPL should have a collimation optics that provide a 20 � 25 mm collimated output beam n. The HPL shall be designed to run continuously for at least 10,000 hrs o. The HPL shall be installed on-site at NRL by the vendor p. The HPL shall include an annual service contract that can be terminated at the discretion of the Naval Research Laboratory q. The HPL shall have a Safety e-stop for shut down with minimal risk of damage to the laser r. The HPL shall be water cooled, operated in a closed lab, with minimal heating of the lab CONTRACTOR RESPONSE FORMAT: Interested parties,�at a minimum, shall supply all of the below required information in a Capability Statement. (Reference RFI N00173-24-RFI-CY05 in your response) 1. CONTACT INFORMATION: a. Company Name and Address b. Point of Contact for questions/clarification c. Telephone Number and e-mail address d. DUNS Number, CAGE Code e. PSC Code of the proposed solution (SEE https://psctool.us) f. Business Size/Socioeconomic Categories 2. TECHNICAL INFORMATION: a) List of capabilities/resources relevant to the above specification list. 3. COMMERCIALITY OF PROPOSED ITEM a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or non-government entities for the other than Government purposes. b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. 4. PRODUCT DESCRIPTION a) Provide a description of how the proposed product will meet or exceed each of the specifications as it is anticipated that ultimate evaluation will be lowest priced technically acceptable and a go/no go basis. b) Provide a product brochure and highlight the areas that meet or exceed specifications. ADDITIONAL REQUIREMENT DETAILS: Responses should be no more than 10 pages. PLACE OF PERFORMANCE: NRL-DC and Contractor Facility
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/41c25d63434249d7a08da4ffeab7b944/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN06917660-F 20231221/231219230056 (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 |
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.