SOLICITATION NOTICE
58 -- Femtosecond Laser System
- Notice Date
- 9/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-05-R-0028
- Response Due
- 9/12/2005
- Archive Date
- 11/11/2005
- Small Business Set-Aside
- N/A
- Description
- 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; propo sals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-05-R-0028. This acquisition is issued as a Request for Proposal. (iii) The solicitation document and incorporated provisions and clauses are t hose in effect through Federal Acquisition Circular 2005-05. (iv) The associated NAICS code is 334413. The small business size standard is 500 employees. The following is a list of contract line item number(s) and items, quantities and units of measur e: (v) CLIN 0001 Femtosecond Laser System One (1) Each (vi) Description of requirements: 1) the pulse energy (25mJ); (2) the system must be easily upgraded to a more powerful TeraWatt system; (3) it can operate in single shot mode; (4) less than 130 fs pulse width at 800 nm with a 10-20 Hz rep rate; (5) Two-s tage approach using a regenerative amplifier and two pass amplifier; (6) Two Pockels cell design regenerative amplifier with: sub-ns rise time; Single transition; (7) Back-to-back stretcher/compressor grating; (8) Synchronization control adjustment bette r than 500ps with SDG; Triggers that enable Pockels cell switching at outputs 1 and 2, and adjustable in 0.25 ns steps over a range 0-1275 ns; Microprocessor controlled; Rear panel TTL compatible; BNC enable gated operation; (9) Better than 1per cent stabi lity from regenerative amplifier section; (10) Diode-pumped solid-state 1kHz pump source (greater than 10K hours anticipated diode life); Self-contained chiller included; Operates from 110 or 220 VAC; Compact optical head and power supply; Intra-cavity do ubling with NCPM LBO produces high conversion to the second harmonic; Control via remote box; RS232 interface; (11) Vitesse - single box seed laser; All optical elements shall be permanently fixed and aligned in the optical cavity for long term ease of use and reliability. Adjustable optic mounts of any kind are unacceptable. Re-adjustment of laser optics must not be required if the pump laser is moved or repositioned; the Pump Laser beam must be actively and continuously controlled to optimize performanc e of the Ti:S Laser; To avoid optical misalignment, the Ti:S laser shall not use dispersion-compensation prisms. Instead all dispersion compensation shall be accomplished with fixed negative-dispersion compensating mirrors; (12) two pass external amplifie r; Stretcher, regenerative amplifier, multi-pass amplifier, and compressor are all in one box; (13) YAG pump laser - Gaussian resonator; 400mJ at 532nm Ti-sapphire pump laser; Self contained water to air heat exchanger; (14) the system must be compatible with the standoff Laser Induced Breakdown Spectroscopy facility. Contractor shall provide installation. At least two days training shall be provided during the same week as the installation. A warranty of 5000 hours or 1 year, which ever comes first is required. All items are covered except the crystals in the amps and harmonic generators, which carry a 90-day warranty and will be inspected during installation. (vii) Delivery is required 3 months after contract award. Delivery shall be made to Building 434, Aberdeen Proving Ground, MD. Acceptance shall be performed at Aberdeen Proving Ground, MD. The FOB point is Aberdeen Proving Ground, MD. (viii) The provis ion at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. T he specific evaluation criteria in descending order of importance to be included in paragraph (a) of that provision are as follows : (1) Compliance with technical specification listed in (vi) above, (2) Past Performance offerors must submit organization or company, point of contact and telephone number of at least three previous sales of the same or similar equipment made during th e past two years and (3) Price. The Government reserves the right to award to other than the lowest offer and to make award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Cer tifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The followin g addenda have been attached to this clause: N/A. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3; 52.203-6; 52.219-8; 52.222-3; 52.222-19; 52.222-2 1; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.232-33; 252.225-7012; 252.225-7014; 252.243-7002; 252.247-7023; and, 252.247-7024. (xiii) The following additional contract requirement(s) or terms and conditions apply: Warranty must be provide d. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: N/A. (xvi) Offers are due on 12 September, by 10:AM EST, at RDECOM Acquisition Center, Adelphi Co ntracting Division, ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197. (xvii) For information regarding this solicitation, please contact Robert Tomko, 301-394-3691, or email to rtomko@arl.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN00885110-W 20050903/050901212601 (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 |