Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1998 PSA#2046

National 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