Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1999 PSA#2354

NASA/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