Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- HARMONIC GENERATION SYSTEM SOL 53SBNB060078 DUE 051900 POC Kathy Fain, Contract Specialist (301) 975-6337, or Alba Sanchez, Contracting Officer (301) 975-6344; FAX (301)963-7732 WEB: NIST Contracts Homepage, www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. THIS 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. SOLICITATION NUMBER 53SBNB060078 IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ) USING SIMPLIFIED ACQUISITION PROCEDURES. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is not set aside for small businesses. The SIC code is 3699 and the related small business standard size is 500 employees. The National Institute of Standards and Technology's Surface and Microanalysis Science Division has a requirement for a harmonic generation system. This system shall be for use with a pulsed, tunable dye laser and shall have the following capabilities and specifications: A) abilty to generate 200-250 nm light using as input dye laser/YAG laser light and a combination of frequency doubling, tripling and/or mixing configurations; to cover this range efficiently, it is anticipated that multiple nonlinear crystals/assemblies shall be required. Therefore, all parts of this system shall be interchangeable with one another; B) ability to input laser light with the following properties: -- up to 6mm diam YAG and dye beam, -- pulse duration of 3 to 10 nsec., -- pulse repetition rates of 5 to 50 Hz, -- input pulse energies of up to 150mJ for each beam, -- dye laser shall be pumped by 2nd harmonic (532 nm) of YAG [3rd harmonic (355nm) pumping shall NOT be used]. giving (usable) input dye fundamental wavelengths from about 550 to 680 nm; C) stand alone system, with height-adjustable assembly to mate well with any dye laser system; D) active-feedback angle tuning of harmonic crystals tuning to maintain optimum doubling/tripling efficiencies while the dye laser is scanning wavelength or when wavelengths are changed; E) conversion efficiencies from the input dye fundamental shall be at least 2% over entire 200 to 220 nm range and at least 4% over the range 220 to 250nm; F) crystal optics shall be air stable in a typical laboratory environment-i.e. requiring no special enclosures or purging; G) foot print of the entire harmonic assembly (all sub-units included) shall be such that the system can be contained on a 2.5" x 2.5" breadboard; H) system shall have mechanism to eliminate "beam-walk" (i.e. spatial displacement) of the output over the 200 to 250 nm tuning range; it is anticipated that this shall be accomplished by including for each nonlinear crystal an angle-tuned "compensator" block that is slaved to the angle tuning of the nonlinear crystal; I) control electronics shall display a real-time measure of the conversion efficiency (i.e. relative intensity of the harmonic beam,) and tuning angle; the controller shall have an output to interface with user-supplied external computer to allow for real-time monitoring and tracking of harmonic generation. The Contract Line Item Number (CLIN) quantity, and unit issue are as follows: CLIN 0001 UV harmonic generation system including controller and optical assembly for UV generation of a vertically polarized laser and including FR-o reflective filter, neutral density filters and adjustable height legs, two (2) each; CLIN 0002 crystal, 8x10x8mm, type I, 0 = 68.5 degrees, for SHG of 418-464 nm to generate to 209-232nm, or for THG of 600-665 nm to generate 200-220nm, MgF2 protectively coated, mounted in a 561-044 cell without windows, one (1) each; CLIN 0003 crystal, 8x10x8mm, type I, 0 = 37.4 degrees, for SHG of 542-820nm to generate to 271-410nm, MgF2 protectively coated, mounted in a 561-044 cell without windows, one (1) each; CLIN 0004 crystal, 8x10x8mm, type I, 0 = 50.2 degrees, for mixing of 1064 nm and 275-330 nm to generate 218-250nm, MgF2 protectively coated, mounted in a 561-044 cell without windows, one (1) each; CLIN 0005 compensator block for 8mm BBO SHG, one (1) each; CLIN 0006 compensator block for BBO 8mm THG or mixing, one (1) each; CLIN 0007 reflective filter for 198-220 nm, one (1) each; CLIN 0008 reflective filter for 217-235 nm, one (1) each: CLIN 0009 reflective filter for 235-270 nm, one (1) each; CLIN 0010 color filter, 270-310nm, one (1) each; CLIN 0011 color filter, 310-350 nm, one (1) each; CLIN 0012 quartz rotator for 277-311 nm, one (1) each; CLIN 0013 quartz rotator for 311-362 nm, one (1) each; CLIN 0014 quartz rotator for 243-277 nm, one (1) each; CLIN 0015 beam combiner T @ 1064 nm, R @ 277-317 nm, one (1) each; CLIN 0016 beam combiner T @ 1064 nm, R @ 310-362 nm, one (1) each; CLIN 0017 beam combiner monitor, one (1) each. The vendor shall deliver all items FOB Destination to NIST, Bldg 221, Room B48, 100 Bureau Drive, Gaithersburg, MD 20899-8372. Delivery shall take place no sooner than 12 weeks from date of award. Mechanical drawings, assembly manuals, functional description of any control circuits and sensors, and/or an "instruction manual" detailing the proper use, set up and maintenance of the system shall be included. Acceptance by NIST end users will take place on site immediately after a satisfactory inspection to show equipment meets all specifications. A standard commercial warranty shall be included in the acquisition. The provisions at 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors in shall be granted equal importance in evaluating offers: 1) Technical Capability to Meet the Government's Needs; 2) Past Performance. Technical and past performance when combined, are significantly more important than price. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Additionally, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, (16) 52.225-3, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/comtract/agency.htm. All offerors shall submit the following: 1) Three (3) copies of quotation which addresses all of the CLINs; 2) Technical description and/or product literature; 3) Two (2) copies of most recently published price list(s); 4) A list of three contracts completed during the past three years for similar equipment with the following information: name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; 5) the terms and conditions of the standards commercial warranty; 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded from http://www.arnet.gov/far/loadmain52.html. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Kathy Fain, Building 301, Room B117, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. For information, call the POC identified above. Submission must be received by 3:00 p.m. local time on May 19, 2000. Faxed offers will not be accepted. See numbered Note 1. Posted 04/14/00 (W-SN445070). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0250 20000418\66-0004.SOL)


66 - Instruments and Laboratory Equipment Index Page