Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1998 PSA#2237

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

58 -- LASER SYSTEM SOL 1-168-DFO.1373 DUE 121598 POC Kimberly D. Duncan, Purchasing Agent, Phone (757) 864-3566, Fax (757) 864-8863, Email k.d.duncan@larc.nasa.gov -- James W. Cresawn, Contracting Officer, Phone (757)-864-2500, Fax (757) 864-7898, Email J.W.CRESAWN@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-168-DFO.1373. E-MAIL: Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Laser System (1 each) shall be in accordance with the following: Laser System Definition: Laser System LAB-190-30 or equal with the following salient features: A. Shall be pulsed (flashlamp-pumped), frequency doubled, Nd:YAG laser. B. Shall have a pulse repetition rate of 30 Hz. C. Shall utilize an injection seeder to produce a narrow line width of no greater than 0.003cm-1 at 1064nm. D. Shall have a tunable frequency range of no less than 40 GHz, w/active feednack to piezoelectric crystal, that controls cavity length of the host laser in order to achieve precise overlap w/the seed laser. E. Injection seeder, harmonic generator and dichroic seperation optics must be completely enclosed inside the laser head for safety. G. The laser frequency shall be tunable by an external voltage source. H. The laser shall be equipped w/a power supply that is cooled by a water-to-water heat exchanger fro best narrow line width stability. I. The laser flash lamps and Q-switch shall be externally triggerable by TTL level pulses. J. All intercavity beam paths shall be completely sealed for eye protection during maintenance, purged w/nitrogen to minimize intercavity contamination. This specification is required for safety and protection of the laser optical surfaces. The laser will be in a wind tunnel which is an inherently dirty environment. K. The laser head shall be connected to the pwr supply w/an umbilical cord that is detachable and is at least 10 feet in length. L. The laser shall be equipped w/a beam dump in order to terminate the 1064 nm output. Performance Specifications: A. Shall have an energy output of at 680mJ/pulse or greater at 1064 nm, and an energy output of 340 mJ/pulse or greater at 532 nm. B. The pulse-to-pulse energy stability shall be +/-3% for 99% or greater pulses over any 1-hour period. C. The power drift shall be 4% or less over an 8-hour within a +/-3 deg C temperature range. D. The pulse width for the 532 nm output shall be 10 ns or less at Full WIdth Half Maximum (FWHM). E. Shall have full angle beam divergence of 0.5 mrad or less measured at FWHM points. F. Shall have a beam pointing stability of 0.05 mrad or less over 8-hour period within a +/-3 deg C temperature range. G. Shall have an optical beam diameter of 10mm or less. H. Shall bave long pulse mode of operation which turns the Q-switch off and allows the laser to free run w/a pulse width of 200 micro-seconds in order to bring the output energy approximately to 1/20,000 of the q-switched energy. This specification is required for safe system alignment. I. The Contractor shall set up and install the system at NASA Langley Research and demonstrate that the system meets the specifications. J. The Contractor shall provide one day of on-site training on the general maintenance and operation of the system. K. The Contractor shall provide two (2) sets of operational manuals. The provisions and clauses in the RFQ are those in effect through FAC 97-08. The SIC code and the small business size standard for this procurement are 3823 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA, Langley Research Center is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distribution office, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the reciept of payments through the Automated Clearinghouse Payment Payment System. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.211-17, 52.223-3, 1852.215-84, 1852.225-73, 1852.245-72. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Questions regarding this acquisition must be submitted in writing no later than December 14, 1998. Quotations are due by 4:30 p.m. local time, December 16, 1998 to the address specified above and to the attention of the Bid Depository. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 12/04/98 (D-SN277381). (0338)

Loren Data Corp. http://www.ld.com (SYN# 0230 19981208\58-0007.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page