|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1998 PSA#2046National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- Q-SWITCHED ND-YAG LASER SYSTEM SOL 53SBNB860022 DUE 031698 POC
Contracting Officer, Joan Smith (301) 975-6458, Contract Specialist,
Tamara Grinspon (301) 975-4390 WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN
SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation,
#53SBNB860022, is a Request for Quotation (RFQ). Award will be made
based on technical acceptability and price, with technical
acceptability being significantly more important than price. An item
must meet all specifications to be considered technically acceptable.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-03. The
associated Standard Industrial Classification (SIC) code for this
procurement is 3826, and the small business size standard is 500
employees. The National Institute of Standards and Technology (NIST)
has a requirement for one (1) high power, pulsed, seeded Nd:YAG laser.
The laser shall be equipped to produce the 1064 nm fundamental
wavelength and 2nd, 3rd, and 4th harmonics, and shall have a beam
separation package for all wavelengths. The laser shall be compatible
with (i.e., be able to pump) the Agency's existing dye laser, a Quantel
TDL50 dye laser with harmonic generation and mixing capabilities. The
Contractor shall be responsible for supplying, installing, and
demonstrating the performance of the laser. SYSTEM DESCRIPTION: The
Nd:YAG laser shall provide a high powered 10 Hz 1064 nm infrared beam,
with a line width of less than or equal to 0.003 inverse cm
(wavenumbers), divergence of less than or equal to 450 microrad,
shot-to-shot noise of less than or equal to +/- 2.5%, and beam pointing
stability of less than or equal to 30 microrad after one hour warm-up
and without the use of any active stabilization. The laser design shall
be Q-switched, flashlamp-pumped with a single oscillator rod and single
amplifier rod. The laser shall be equipped with temperature-stabilized
harmonic frequency generation for the 2nd, 3rd and 4th harmonics and
wavelength separation package for all wavelengths generated. The Nd:YAG
laser shall pump the Agency's Quantel TDL50 dye laser with both 532 nm
and 355 nm light. The system shall have high component reliability,
low operating cost and long service intervals. SPECIFICATIONS: (1)
Power and energy (in mJ per pulse) at 1064 nm with high harmonic
conversion efficiency shall match or exceed the following, operating at
a repetition rate of 10 Hz: wavelength = 1064 nm, output energy = 1200;
wavelength = 532 nm, output energy = 600; wavelength = 355 nm, output
energy = 310; wavelength = 266 nm, output energy = 120. (2) Pulse width
(in nanoseconds full-width, half-maximum) shall be between 6-8 nsec at
1064 nm and between 5-7 nsec at all other wavelengths. (3) Line width
of laser shall be less than 0.003 inverse cm (wavenumbers). (4)
Spatial profile of the output beam, measured at 1064 nm, shall be
greater than or equal to 70% in the near-field and 95% in the
far-field. (5) Beam divergence (full angle for 86% of energy) shall be
less than or equal to 450 microrad at 1064 nm. (6) Repetition rate for
internal triggering shall be 10 Hz, with the ability to delay the
Q-switch firing from the flashlamp firing manually. (7) External
triggering shall include the following options: (a) ability to trigger
the Q-switch with a 5 Volt TTL pulse; (b) ability to trigger the
flashlamps with a 5 Volt TTL pulse. (8) Temporal jitter shall be less
than +/- 1.0 nsec with respect to the Q-switch trigger. (9) Beam
pointing ability shall be less than or equal to +/- 30 microrad after
a one hour warm-up without the use of any active stabilization. (10)
Stability of energy, pulse-to-pulse shall be less than or equal to the
following values for 99.9% of all shots: wavelength = 1064 nm,
pulse-to-pulse stability = +/- 2.5%; wavelength = 532 nm,
pulse-to-pulse stability = +/- 3.5%; wavelength = 355 nm,
pulse-to-pulse stability = +/- 4.0%; wavelength = 266, pulse-to-pulse
stability = +/- 10%. (11) The system shall utilize a two rod
oscillator/amplifier design and not more than three flashlamps for
pumping the Nd:YAG rods. Nd:YAG rod pump chambers should use
close-coupled, diffuse reflector technology to reduce flashlamp
energies and the overall heat load placed on the Nd:YAG rod. (12) The
power supply shall require less than or equal to 8 A of average current
when run from a 220 V, single phase line source. (13) Synchronization
options will include: (a) fixed sync 100 ns before Q-switch fire (+/-
1 ns jitter); (b) variable sync out 150 ns before to 150 ns after
Q-switch fire (+/- 1 ns jitter). (14) System control shall consist of
a remote box. (15) The Nd:YAG output shall be compatible with Agency's
Quantel TDL50 dye laser, including 532 nm and 355 nm pumping, as well
as mixing of the 1064 nm with the dye output. (16) Harmonic generation
of 532 nm and 355 nm shall be achieved using high quality, highly
polished, temperature stabilized KD*P crystals. Harmonic generation of
266 nm shallbe achieved using a high quality, highly polished,
temperature stabilized KDP crystal. (17) High reflectance dielectric
mirrors/beamsplitters, mounts and all equipment necessary for harmonic
separation shall be included. (18) Computer interface option shall
include an RS232 interface on laser. (19) Current/Voltage requirements
shall be 8 A from 220 V single-phase. (20) 24-month warranty on
mechanics and electronics of laser, including parts and labor, shall be
included. Optics warranty shall be 90 days on all optics, including the
266 nm optics, with the option for an extended warranty on optics.
DELIVERY/INSTALLATION REQUIREMENTS: Required delivery is FOB
Destination (Gaithersburg, MD) within 90 days of Date of Award
(including installation). The Contractor shall provide any pre-delivery
instructions or equipment as deemed appropriate for the installation.
The laser system shall be packed and shipped to ensure safe delivery at
the destination, and shall be delivered complete with all components
necessary tomeet the specifications. (Complete delivery shall include
standard supporting components for installation and testing, i.e.,
lamps, optics, fittings, etc.) Operation and maintenance manuals as
well as factory test/performance documentation shall be delivered no
later than scheduled shipment. The Contractor shall install the system
and demonstrate performance at the NIST facility in Gaithersburg, MD.
In addition, a service engineer (provided by the Contractor) shall
demonstrate routine maintenance of the system to NIST personnel.
INSPECTION & ACCEPTANCE CRITERIA: A testing period shall be allowed by
the Contractor for NIST to check the laser system for adherence to
established specifications. The testing shall commence the first
working day following the installation. Final acceptance shall be
contingent upon 30 hours or five consecutive working days of rated
performance at 266 nm output with no malfunctions of an electrical,
optical, software or mechanical nature. During the testing period, the
Contractor shall be advised of such malfunctions within one workday of
occurrence. After repairs have been made, the testing procedure shall
be repeated. The Agency's Technical Representative shall be responsible
for inspection and acceptance of the laser system. The provision at FAR
52.212-1, Instructions to Offerors -- Commercial Items, is applicable
to this acquisition. All responsible sources may submit a quote which
shall be considered by the Agency. All offerors are to include with
their quotes a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items (available at
www.nist.gov/admin/od/contract/contract.htm). The following FAR clauses
apply to this acquisition: 52.212-4, Contract Terms and Conditions --
Commercial Items; 52.212-5(a), Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items. The
following additional FAR clauses, which are cited in 52.212-5(b), are
applicable to this acquisition: 52.226-26,Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled Vietnam Era Veterans;
52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era; 52.225-3, Buy American Act -- Supplies; 52.221-21, Buy
American Act -- North American Free Trade Agreement Implementation Act
-- Balance of Payments Program; Department of Commerce Agency-Level
Protest Procedures Level Above the Contracting Officer (available at
www.nist.gov/admin/od/contract/protest.htm). All interested,
responsible firms should submit quotes by 3:00 PM Washington, DC time,
on March 16, 1998. Quotes should either be mailed to the National
Institute of Standards and Technology, Acquisition and Assistance
Division, Building 301, Room B117, Gaithersburg, MD 20899-0001, Attn:
Tamara Grinspon, or faxed to: (301) 975 -5007, Attn: Tamara Grinspon.
Copies of above-referenced clauses are available upon request, either
by telephone (301-975-4390) or fax (301-975-5007). (0063) Loren Data Corp. http://www.ld.com (SYN# 0469 19980306\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|