SOLICITATION NOTICE
66 -- Picosecond Laser with Optical Parametric Generator
- Notice Date
- 6/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-04-R-0021
- Response Due
- 6/18/2004
- Archive Date
- 8/17/2004
- Point of Contact
- Edna Wilson, 301-394-4011
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(ewilson@arl.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) Description of requirement: One each Picosecond laser system with optical parametric generator. The system shall be solid-state mode locking (saturable absorber, no dye) and pulses less than 30ps. The system shall produce greater than 40mJ at 1064nm with long term energy stability better than 4% rms over an 8hr period, and long term duration stability of better than 1% rms for 8hrs. The system shall have an option to output 532nm emission directly. Single pulse contrast ratio shall be better than 1000:1. The system shall have a pretrigger pulse available for fast electronic synchronization with jitter less than 0.1ns. The system shall run at 10Hz repetition rate. The system shall have M-squared less than 1.5. With the optical parametric gener ator, the system should produce continuously tunable output from 420-680nm with energy greater than 400uJ in the signal band and from 740nm-2.3um with energy greater than 100uJ in the idler band. The system shall be capable of computerized control of tu ning and come with Lab View drivers for automated control. The price shall include on site training in system use. The contractor shall install the system at the Army Research Laboratory in Adelphi, MD. After installation, the contractor shall demonstrat e that the system meets all requirements. Final acceptance of the system shall occur after successful demonstration of compliance. A complete set of operation and maintenance manuals shall be provided. The contractor shall provide a one-year warranty th at shall include parts and labor. The warranty period shall begin after final acceptance of the system. (ii) Delivery is required 90 calendar days after contract award. The FOB point is Destination. (iii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (iv) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation cri teria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed system meets the specifications. The technical evaluation shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information not identified i n the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the prod uct meets the specifications of the requirement listed in (i) above. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications an d clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider t he ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to award to other than the lowest price an d to award without discussions. (v) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Comm ercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with your proposal. (vi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (vii) The clause at FAR 52.2 12-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.219-6; FAR 52.219.8; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36 and FAR 52.232-33. (viii) The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007; DFARS 252.225-7012; DFARS 252.225-7021; DFARS 252.227-7015 and DFARS 252.227-7037. Clauses and provisions are incorporated by referen ce and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (ix) Offers are due on 18 June 2004, by 1400 hours, at US Army Research Laboratory, RMAC-Adelphi, Contracting Division, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783. Electronic offers are encouraged ?????? sent via email to ewilson@arl.army.mil. (x) For information regarding this solicitation, please contact Edna Wilson at (301) 394-4011, FAX (301) 394-1162 or email ewilson@arl.army.mil.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN00595990-W 20040604/040602212202 (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 |