Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390

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

58 -- CONDUCTIVELY-COOLED LASER DIODE ARRAYS SOL 1-144-GLF.2341 DUE 072999 POC Timothy P. Stubbs, Contract Specialist, Phone (757)-864-2460, Fax (757) 864-8863, Email T.P.STUBBS@larc.nasa.gov -- Sang Lee, Contract Specialist, Phone (757)-864-9570, Fax (757) 864-8863, Email S.H.LEE@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-144-GLF.2341. E-MAIL: Timothy P. Stubbs, T.P.STUBBS@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; offers are being requested and a written solicitation will not be issued. This procurement is being issued under the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items. This notice is being issued as a Request for Offer (RFO) for Conductivley-Cooled Laser Diode Arrays (LDAs). The LDAs will be used to side pump Ho:Tm:YLF solid state laser rods. The arrays will be housed in a laser head that will incorporate the arrays, a laser rod, and a flow tube. The laser head that accommodates the arrays has a region no greater than 1/2 inch wide, 1/4 inch high, and 1 inch deep, excluding electrical lead connections reserved for each array. The laser head is designed for the array's emission to be in a direction parallel to the centerline axis of the region's width while the electrical lead connections are at the end opposite from the array's emission end. The thermal transfer interface connection of the laser head is designed for mounting the array by two screws. The array systems will be used in a research laboratory environment. The specifications for the LDAs are as follows: (A) The array shall be based on AlGaAs/GaAs laser diode technology. (B) The array package, excluding electrical lead connections shall be no greater than 1/2 inch wide, 1/4 inch high, and 1 inch deep. (C) The array package, excluding electrical lead connections shall have a mounting surface for heat transfer of no greater than 1/2 inch in width and 1 inch in depth. (D) The array package shall have 2 screw clearance holes for mounting located on the centerline axis of the package's width with 1 of the 2 clearance holes located no closer than 1/5 inch from the array's emission end. (E) The array package shall have its emission in a direction parallel to the centerline axis of thepackage's width. (F) The array package shall have electrical lead length connections of at least 1 inch located at the end opposite to that of its emission end. (G) The array shall be an operational system comprised of six bars stacked with conductively cooled surfaces. (H) The array shall contain six bars on a pitch of 0.4 mm (bar spacing center to center). (I) Each bar shall be rated for at least 100 watts peak output power. (J) Total peak output power per array shall be at least 600 watts. (K) Center wavelength shall be 792 +/- 3 nm at 20 degrees C heat sink temperature for specified pulse length of 1 millisecond (ms), 10 Hz repetition rate at full power. (L) Spectral emission bandwidth shall be 4.5 nm full width half maximum (FWHM) or less for specified pulse length of 1 ms, 10 Hz repetition rate, 20 degrees C heat sink temperature at full output power. (M) The array shall be capable of operating at a pulse length of one millisecond. (N) Duty factor shall be less than or equal to 1.3 percent. (O) Lifetime of the diode arrays shall be at least 2.5x108 pulses guaranteed with no more than 5 percent degradation in laser power output for operation at a pulse length of 1 ms, 10 Hz repetition rate, at 20 degrees C heat sink temperature at full output power. (P) Laser bars shall be tested for at least 100 hours at the average operating cycles defined by the supplier to avoid infant mortality. (Q) The operation of the laser diode arrays shall be: [1] Wavelength: 792 +/- 3 nm; [2] Peak Output Power: 600 Watts; [3] Operating Temperature: 20 degrees C heat sink temperature; [4] Pulse length: 1.0 ms; [5] Pulse Repetition Frequency: 10 Hz (Maximum of 13 Hz). (R) Shall include a data package, which shall contain the following: [1] Output Power as a function of current at specified pulse length of 1 ms and duty factor of 1.0 percent at 20 degrees C heat sink temperature to full output power value. [2] Voltage as a function of current at specified pulse length of 1 ms and duty factor of 1.0 percent at 20 degrees C heat sink temperature to full output power value. [3] Spectral emission at pulse length of 1 ms, 10 Hz repetition rate, and at 20 degrees C heat sink temperature at full output power. [4] A diagram showing array dimensions, electrical and conduction cooling interfaces. The provisions and clauses in the RFO are those in effect through FAC 97-11. The SIC code and the small business size standard for this procurement are 3674 and 500 Employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Langley Research Center is required within 90 days from contract award date. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed to NASA Langley Research Center, Bid Depository, Mailstop 144, Hampton, VA 23681 by the date/time specified above and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit an offer. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 52.214-34, 52.214-35, 52.233-2 [insert "NASA LaRC, MailStop 126, Hampton, VA 23681], NASA FAR Supplement Clause 1852.233-70. 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 receipt of payments through the Automated Clearinghouse Payment System. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- North American Free Trade Agreement Implementation Act-Balance of Payments Program," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.222-1, 52.223-3, 52.225-11, 52.227-14 as modified by 1852.227-14 NASA FAR Supplement (NOV 1998), 52.247-34, NASA FAR Supplement Clauses, 1852.215-84, 1852.216-78, 1852.219-76. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6 Alt I, 52.219-4, 52.219-8, 52.219-23 Alt I, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18, 52.225-21, 52.232-34, 52.247-64. Offers are due by close of business 4:00 p.m. local time on July 27, 1999 to the identified bid distribution office, marked with this solicitation number. 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. 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)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 07/15/99 (D-SN354956). (0196)

Loren Data Corp. http://www.ld.com (SYN# 0715 19990719\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page