|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1999 PSA#2354NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 58 -- QCW, ALUMINUM FREE INGAASP, HIGH POWER, DIODE LASER SOL
1-168-GLF.2342 DUE 060899 POC Kimberly D. Duncan, Contracting Officer,
Phone (757) 864-3566, Fax (757) 864-8863, Email
k.d.duncan@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-168-GLF.2342. 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). 2 Each of QCW,
Aluminum Free InGaAsP, high power, diode laser, per listed
specifications. The diode lasers shall meet the following requirements:
Optical Specifications: Array Peak P with 750 um diameter collimating
optics: 2700 watts (30 bar stack); Array Wavelength: 792 +/- 3.0nm @ 20
degrees C. heatsink temperature (when device is pulsed at 10Hz PRF and
at a 1000 microsecond pulsewidth); Chirp: Center wavelength shall
change by no more than 2nm when the repetition rate is varied from 10Hz
to 20Hz while the pulsewidth remains constant (1 millisecond); Array
Beam Divergence with 750 um diameter collimating microlens: < 3
degrees perpendicular x < 10 degrees parallel, FWHM @ full operating
current 2 degrees perpendicular x < 10 degrees parallel, FWHM @ full
operating current, goal. The collimating microlens shall be aligned
with a high degree of accuracy such that > 95% of the laser power is
captured in a "bucket" the size of 40mm at 1 meter distance from the
diode. The laser diode stack will be used in a system with a NASA
supplied lens duct where a slight tilt or misalignment of the microlens
with respect to the diode array bars sharply decreases the transmission
through the lens duct. The microlens shall be installed such that the
collimated output from the array shall be parallel in the near field.
Array Spectral Bandwidth: < 3nm, FWHM at full operating current;
Type of Polarization: TM, Polarization: The laser diode array shall be
linearly polarized with the electric field vector parallel to the
plane of the bar. >0.96 of the emitted energy shall be in this
polarization. Electrical Specifications: Array Compliance Voltage:
<70 volts; Array Threshold Current: <25 amps; Array Drive
Current: 120 amps; Pulse Width & PRF: 1000 microseconds, 10Hz, typical,
1000 microseconds, 20Hz, maximum; Array Power Conversion Efficiency
with 750um diameter collimating optics (electrical to optical): 35%,
nominal, 46%, goal. Environmental Specifications: Heatsink Operating
Temperature: 10 degrees C to 40 degrees C; Storage Temperature: -46
degrees C. to +71 degrees C. Mechanical Specifications: Bar to Bar
Spacing with collimating microlens: 1000 microns, Emitting Aperture:
29mm x 10mm, Package Configuration: conduction cooled. Material:
InGaAsP. Documentation Package: All arrays shall be tested and
documented (at full power) pre-lens and post-lens at 1 millisecond
pulsewidth but at a PRF of 10Hz and 20Hz., the data shall include:
PI-VI, Power Conversion Efficiency, Spectral characteristics, and beam
divergence curves. An array drawing highlighting dimensions,
electrical interfaces and conduction cooling interfaces shall also be
included. Expected device lifetime: 2.5 x 10 to the 8th power shots
with no more than 5% degradation in the laser power when operated at
1000 microseconds, 20Hz and at a case operating temperature of 20
degrees Centigrade. Burn-in: supplier shall assure no infant mortality
occurs. The provisions and clauses in the RFQ are those in effect
through FAC 97-11. The full text of provisions and clauses may be
accessed electronically at these address(es): http://www.arnet.gov/far/
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The SIC code
and the small business size standard for this procurement are 3826 and
500 employees, 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 LaRC is required. 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 to
submit a quotation. The form can be found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html FAR 52.212-1 is
applicable. Quoters shall provide the information required by FAR
52.212-1. Addenda to FAR 52.212-1 are as follows: 52.252-5, 52.214-34,
52.214-35 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. Please note that payments are to be made by electronic funds
transfer, accordingly, you must provide the information for electronic
funds transfer. Failure to provide this information may delay or
prevent the receipt of payments through the Automated Clearinghouse
Payment System. Refer to para.(i) of FAR 52.212-4. The Representations
and Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://aim5msfc.msfc.nasa.gov/sdgs/KFT/FT212.03G FAR
52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows:
1852.215-84, 52.211-17, 52.223-3, 52.227-14, 52.227-19, 52.247-35,
52.247-65, 1852.215-84; 1852.223-71, 1852.225-73, 1852.245-72 FAR
52.212-5 is applicable and the following identified clauses are
incorporated by reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-21 Questions regarding this
acquisition must be submitted in writing no later than June 4, 1999.
Quotations are due by 4:30 p.m., local time, June 8, 1999, to the
address specified. Selection and 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. It is critical that offerors provide adequate detail to
allow evaluation of each offer (see FAR 52.212-1(b). Offerors must
include completed copies of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items (JAN 1999) with
their offer. These representations and certifications will be
incorporated by reference in any resultant purchase order. 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).
See Note(s) __ Any referenced notes can be viewed at the following
URLs: http://cbdnet.access.gpo.gov/num-note.html and
http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/24/99
(D-SN334748). (0144) Loren Data Corp. http://www.ld.com (SYN# 0253 19990526\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|