SOLICITATION NOTICE
66 -- YAG LASER
- Notice Date
- 1/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFMETCAL, 813 Irving Wick Dr. W., Heath, OH, 43056-6116
- ZIP Code
- 43056-6116
- Solicitation Number
- F33660-03-Q-0017
- Archive Date
- 3/1/2003
- Point of Contact
- Carol Zigan, Contract Specialist, Phone 740 788 5042, Fax 740 788 5157, - Glenna Pound, Contracting Officer (Location Admin), Phone 740-788-5043, Fax 740-788-5157,
- E-Mail Address
-
Carol.Zigan@afmetcal.af.mil, glenna.pound@afmetcal.af.mil
- Description
- AFMETCAL Det 1, Heath, OH intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of one Nd: YAG LASER. This is a combined synopsis/solicitation for items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written quotation will not be used. All requests for written quotations shall be disregarded. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). This solicitation number, F33660-03-Q-0017, is a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) Code is 334513 and the business size standard is 500 employees. This is an unrestricted solicitation. The Air Force Metrology and Calibration (AFMETCAL) program requires one each Nd: YAG LASER. 1.0 SCOPE: This purchase description identifies performance requirements for a Nd: YAG Laser, which will be used to calibrate laser power and energy meters. The successful bidder will supply a complete, ready to operate system for laboratory use. 2.0 COMPONENT: Listed in this purchase description are Air Force minimum functional requirements that are to be satisfied. Air Force requirements for this item are similar to those satisfied by the Spectra Physics Millennia IR. Any features or additional capabilities of the "Name Brand" product not listed in this purchase description are not necessary and need not be offered or proposed. Proposals offering an item that meets or exceeds the requirements of this purchase description will be evaluated for acceptability. 3.0 SALIENT CHARACTERISTICS: 3.1 Laser: 3.1.1 Power: The maximum laser output beam power shall be at least 10 watts cw and the minimum power at least 200 milliwatts cw. The power shall be adjustable between minimum and maximum power with a minimum resolution of at least 10 milliwatts. 3.1.2 Wavelength: The wavelength of laser output beam shall be 1.064 nanometers. 3.1.3 Power Instability: The instability of the laser output power shall be no more than ?1.0% over a 2 hour period. 3.1.4 Mode: The output beam mode shall be TEM00. 3.1.5 Polarization: The beam polarization shall be vertical, and have an extinction ratio of at least 100:1. 3.1.6 Beam Diameter and Divergence: The beam diameter shall be between 0.35 and 1.0 mm diameter. The beam divergence, full angle, shall be between 1.5 and 5 mrad. The beam diameter at 1.5 meters shall be no larger than 8 mm. 3.1.7 Beam Pointing Instability: The beam pointing instability shall be no more than 50 mrad. 3.1.8 Pumping: The laser output beam shall be diode pumped. 3.2 Laser Power Supply: 3.2.1 Power Level: The laser output beam power shall be adjustable from the laser power supply. 3.2.2 Power Monitor: The laser power supply shall have a real time 3 ? digit display power monitor which does not interfere with the specified maximum laser output power. 3.2.3 Main Power Control: The laser power supply shall have a main power control that is key lockable in the OFF position. 3.2.4 Interlock Status: The laser power supply shall have a display that indicates when an interlock is open. 3.2.5 Shutter Operation: The laser shutter shall be electrically controllable from the laser power supply. The shutter shall be designed so that it can be enabled/disabled at any time (operator controllable) after the laser power has been initiated. 3.3 Remote Control: 3.3.1 Power Level: The laser output beam power shall be adjustable from the remote control. 3.3.2 Power Monitor: The remote control shall have a real time 3 ? digit display power monitor which does not interfere with the specified maximum laser output power. 3.3.3 Cable: The remote control shall have a cable that is at least 5 feet long. 4.0 GENERAL REQUIREMENTS: 4.1 Power Requirements: The equipment shall operate on a line power of 110V ?10%, line frequency of 60 hertz, and 20-amp service. The equipment shall be supplied with a power cord that is at least 10 feet long. 4.2 Operating Temperature Range: The equipment shall perform to full specifications at 23 ?4 ?C. 4.3 Operating Humidity Range: The equipment shall perform to full specifications from 20 to 50 % RH. 4.4 Mechanical and Physical Requirements: The equipment shall have the following mechanical and physical characteristics. 4.4.1 Design and Construction: The equipment will be designed and constructed of materials that meet the requirements of this specification and in accordance with the best commercial practices for industry approved equipment. It will be the contractor's responsibility to assure the government that such design objectives as reliability, accuracy of operation, maintainability and ease of operation have been given due consideration in the manufacture of this equipment. All parts such as shafts, bearings, regulators, switches, controls, etc. shall have proper clearance and adjustments. They shall so work together that the equipment will supply the rated requirements without unnecessary strains, vibrations, and overheating. They shall be able to withstand the conditions met in shipping, storage, installation, and services. All material and parts of this equipment shall be capable of withstanding environmental testing requirements of this specification. 4.4.2 Selected Components: Matched and selected components shall be kept to an absolute minimum. Use of specially built non-standard components other than switches and similar individual assemblies shall be avoided whenever possible. 4.4.3 Metals: Metals shall be of corrosion resistant type or suitably treated to resist corrosion due to atmosphere conditions likely to be met in storage, services or transportation. Dissimilar metals in intimate contact shall be kept to a minimum. 4.5 Continuous Operation: After a three-hour warm-up period, the equipment shall meet the specifications of this purchase description and shall not display any intermittent characteristics or overheating for an extended period of not less than 120 hours of continuous operation. 4.6 Warranty: The equipment shall be covered by a 1-year warranty. 4.7 Technical Manuals: A complete user and service manual shall be provided with the laser. The manual includes operation and maintenance instructions, and theory of operation (Reference DI-TMSS-80527A). 5.0 WORKMANSHIP: The workmanship shall be first class, of neat general appearance in compliance with standard commercial practices. The standards of workmanship shall be such that the system complies with the requirements set forth in this purchase description. 6.0 SAFETY: Equipment shall be designed such that it will not be of any hazard to itself or to any person operating it using reasonable precautionary procedures. The equipment shall be CDRH and ANSI Z136.1 compliant. 7.0 QUALITY ASSURANCE: This item shall be inspected and tested at destination, as specified elsewhere in this contract. This item will be checked with test equipment with parameters equal to or better than those required assuring specified performance requirements are met. Test equipment used has first echelon certification directly traceable to the National Institute of Standards and Technology when required. Tests will be performed to assure the item meets the requirements of this purchase description. Such testing at destination does not relieve the contractor of performing all inspections and quality checks at the point of fabrication, as specified elsewhere in this contract, or as necessary, to ensure performance, as specified herein. In addition to all elements of this purchase description, all commercially available components provided with this system must, as a minimum, satisfy their commercially published performance specifications. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, and FAR 52.212-5. The offer must: (1) be for the items described above; (2) be FOB destination; (3) include a delivery schedule and discount/payment terms; (4) be signed by an authorized representative of the company; (5) include a telephone number, and a facsimile number; (6) state offeror is registered in the Central Contractor Registry? (7) include their taxpayer identification number (TIN), DUNS number, and CAGE code. This will be a DO-A70 rated order. Offers are due by 14 February 2003, no later than 4:00pm EST to: Carol Zigan, AFMETCAL Det 1/MLK, 813 Irving-Wick Drive West, Heath OH 43056-6116. Facsimile submissions are permissible to 740-788-5157 with the follow-up of an original sent by mail. Any offer or modification to an offer received after the exact time specified for receipt of offers may not be considered. All responsible sources may submit an offer, which shall be considered by this agency.
- Record
- SN00243834-W 20030123/030121213419 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |