Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,2000 PSA#2521

Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1100, Room 107, Stennis Space Center, MS 39529-5004

66 -- MULTI-CHORD, HIGH SENSITIVITY INTERFEROMETER SOL N00173-00-R-SE02 DUE 021100 POC Contract Specialist, Eric J. Sogard; Contracting Officer, Patricia A. Lewis, (228)688-5784 WEB: click here for related documents, http://heron.nrl.navy.mil/contracts/home.htm. E-MAIL: click here, esogard@nrlssc.navy.mil. 17. This is a combined synopsis/solicitation for modification of a commercial item prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for proposal (RFP), and the solicitation number is N00173-00-R-SE02. The Naval Research Laboratory (NRL) has a requirement for a modified version of the "Two-Color Interferometer" presently in use by NRL Code 6770. The current interferometer was originally developed and built by Science Research Laboratory for the Defense Threat Reduction Agency (previously the Defense Nuclear Agency) under a Small Business Innovative Research (SBIR) Contract No. DNA001-92-C-0098. This synopsis/solicitation will describe how NRL Code 6770 intends to use the modified interferometer in terms of performance requirements and the essential physical requirements. The current interferometer uses two 50 mW, c.w. lasers at 1064 and 532 nm wavelengths, each with independent lines-of-sight. Using two wavelengths along a common line-of-sight allows simultaneous detection of plasmas and neutrals, an important capability but one that is not used most frequently. The more important features of this technique are its high sensitivity (the phase resolution is 10(-5) waves) and ~ns rise time (limited by the photodiode response). Using the present interferometer, measurements are made along a single line-of-sight during a "shot" and the location of the laser beam is changed for subsequent "shots" in order to determine the spatial distribution of plasmas and gases in experiments. Constructing spatial distributions in this way is possible only when the phenomena under study are very reproducible from shot-to-shot. Most of the applications of interest do not have this property, because of instabilities, turbulence and random fluctuations. Therefore, it is required that this technique be extended to multiple lines-of-sight to measure spatial density distributions during a single "shot". The success and familiarity of the present instrument has led to the decision to replicate its properties to a multi-beam system, utilizing the optical tables and vibration-isolated interferometer housing of the present system. The general specifications are described below, with details of the design, operation and construction found in the Defense Threat Reduction Agency technical report DNA-TR-93-147, "Multi-Beam Laser Interferometer for Plasma Density Measurements in a Plasma Erosion Opening Switch (PEOS), by Stephen F. Fulghum (July 1994) and B.V. Weber and S.F. Fulghum, Rev. Sci., Instrum. 68, 1227 (1997). Both of these publications can be found at the NRL Contract's Division website; http://heron.nrl.navy.mil/contracts/home.htm in the RFP section by clicking on solicitation number N00173-00-R-SE02. The Multi-Chord High-Sensitivity Interferometer shall be capable of measuring phaseshifts of 10(-5) 0.2 waves during 10 microsecond time intervals and 10(-4) 0.2 waves during 1 millisecond time intervals along eight (or more) lines-of-sight simultaneously. It is the opinion of the Government, that this can be accomplished most efficiently by maintaining the laser power of the present system in all channels of the new system. The laser wavelength shall be 532 nm, with sufficient c.w. power (400mW or greater) to achieve the specified phase sensitivity. The laser optical properties shall match or exceed those for the laser presently in use (Coherent model DPSS-532-50). It is anticipated that the laser can simply replace the present one and use the same lenses and mirrors to direct the beam into the vibration-isolated interferometer housing. The spacing between the beams shall be adjustable, from a minimum spacing of 2mm to a maximum spacing of at least 5mm. The spatial size of each beam waist in the measurement region shall be 0.5mm or less (1/e-squared diameter). This is the beam waist size of the present laser beam. The interferometer optics and steering components shall be mounted inside the vacuum chamber of the present two-color device, replacing the four plates attached to the space frame that holds the optics for the present interferometer, so that the two-color capability can be easily recovered when required. The device shall be instrumented with piezo-electric translators (or other suitable equipment) to accurately set the initial phase prior to shots and to vary the phase over several waves for calibration purposes. The initial phase settings of the eight-interferometer channels shall be controlled by feedback circuits to remain within a specified 0.1-wave range or less, as appropriate for the measurements. When all channels are within the appropriate range, a trigger signal shall be provided to initiate the event to be probed. Photodiode detectors configured to subtract the common mode shall be provided for each channel. The present interferometer uses EG&G SGD-444 photodiodes biased using batteries. NRL has preamplifiers (5x or 25x gain, Stanford Research Systems SR445), digitizers and data analysis software for the purpose of recording and analyzing the signals. The contractor shall be responsible for modification of the current interferometer to include but not limited to; 1) providing one 532-nm laser, 2) providing four, -inch thick aluminum plates with attached optics appropriate for the multi-chord interferometer and 3) providing complete installation, integration and testing to ensure delivery of a fully functional system. This procurement has an expected price range of $100,000 to $200,000. Offerors may propose fewer than eight beams to satisfy this cost limitation, however, the capability to increase the number of beams to (at least) eight by adding additional components is required and documentation to accomplish the eight-beam system is required. The desired delivery for item 0001-Multi-Chord High Sensitivity Interferometer is 9 months after contract award and partial delivery may be acceptable. The required delivery is one year. The articles to be furnished hereunder shall be delivered FOB destination to the Naval Research Laboratory, Washington, D.C. 20375-5320. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and for Defense Acquisition Supplement 91-13. The Far and DFARS provisions and clauses are hereby incorporated by reference. For full text of FAR and DFARS provisions and clauses see http://farsite.hill.af.mil/. Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items and DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate. Offerors will be evaluated inaccordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet the Governments minimum needs based on examination of product literature or technical approach narrative, (2) Past Performance [see FAR 52.212-1(b)(10)] and (3) Price. Technical capability and past performance, when combined are of greater importance compared to price. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items. The additional clauses cited under FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6 Alt I, FAR 52.203-10, FAR 52.219-4, FAR 52.219-8, FAR 52.219-14, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR 52.232-33. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001 that are applicable to this acquisition are: DFARS 252.225-7001, 252.225-7012, 252.227-7015,252.227-7037 and 252.233-7000. Any Contract awarded as a result of this solicitation will be rated DO order certified for national defense use under the Defense Priorities and Allocations System (DPAS)(15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. Offers must be delivered to Procuring Contracting Officer Code 3250:EJS, Naval Research Laboratory, Department of the Navy, Stennis Space Center, MS 39529-5004 and received no later than 4:00 p.m. C.S.T. February 11, 2000. The package should be marked: RFP N00173-00-R-SE02, Closing Date:02/11/00. For information regarding this solicitation contact Eric Sogard, Contract Specialist, at (228)688-5980. This requirement is a 100% set-aside for small business (SB) concerns. All responsible sources responding to this solicitation will be considered. Posted 01/20/00 (W-SN417281). (0020)

Loren Data Corp. http://www.ld.com (SYN# 0143 20000124\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page