SOLICITATION NOTICE
66 -- Laser System
- Notice Date
- 7/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- F4BWN09141A002
- Archive Date
- 8/4/2009
- Point of Contact
- Christopher L. Wilson, Phone: 7193333600
- E-Mail Address
-
christopher.wilson@usafa.af.mil
(christopher.wilson@usafa.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined commercial synopsis/solicitation for a Brand Name or Equal requirement 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. This solicitation is issued as a Request for Quotations (RFQ), solicitation number F4BWN09141A002, in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-35, Effective on July 14, 2009. The USAF Academy, 10 CONS/LGC has a specific requirement for a New Focus TLB-6314-OI Laser System with 790-804nm and five (ea) 2033 IR Large-Area Photo Receivers. Vendor may substitute a product that is equal. The salient characteristics listed below are required for specific research. Quotes that do not meet all specified requirements below will not be considered. General Description: The laser requires a very large mode-hop-free fine tuning range in order to scan from the initial wing through the absorbing region to the other wing thus allowing a characterization of the alkali metal concentration within the heat pipe. The laser must operate at a wavelength consistent with the D1 line of the alkali metal Rubidium which is at 794.7 nm. These absorption measurements together with pressure and temperature measurements will allow for the full characterization of the heat pipes and their operation. This characterization needs to be accomplished at several different locations across the heat pipes diameter therefore; large area photo diode detectors are required to ensure consistent signal detection for each location. Salient Characteristics: CLIN 001: Laser 1. The laser must have a tuning range between 794-804 nanometers. 2. Mode-hop-free, fine frequency tuning range of 75 gigahertz. 3. Power must range between 8-10 miliwatts. 4. The line width must be less than 300 kilohertz. 5. Coarse-tuning resolution of 0.02 nanometers 6. Typical wavelength repeatability of 0.1 nanometers. 7. Fine-frequency modulation bandwidth of 2 kilohertz. CLIN 002: 5 (ea) Photo Receivers 1. Wavelength Range 800-1750 nanometers 2. 3-dB Bandwidth, Typical 200 kilohertz, 30 kilohertz, & 30 kilohertz. 3. Transimpedance Gain 2x103, 105, & 2x106 V/A 4. Typical Maximum Responsivity 0.8 A/W 5. Maximum Conversion Gain 1x106 V/W 6. Output Impedance 100 Ω Minimum NEP 44 pW/ 7. Continuous Wave Saturation Power 3 mW 8. Maximum Power Density 6 mW/mm² 9. Detector Material/Type Ge/PN 10. Detector Diameter 5 mm 11. Power Requirements internal 9-V battery Electrical 12. Output BNC The North American Industrial Classification System (NAICS) number is 334413 and the business size standard is 500 employees. Small businesses that can meet the requirement are encouraged to submit quotes. The Buy American Act applies to this RFQ. The shipping FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. Maximum lead time can be no more than 6 months from award. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies. The Provision at 52.212-2, Evaluation -- Commercial Items, also applies. The Government will award to the responsible offeror whose lowest price and technically acceptable quote best conforms to the requirement. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Other FAR clauses that apply to this acquisition are FAR Clauses 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment program and 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 12:00 pm MST, 20 July 2009, by e-mail at christopher.wilson@usafa.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWN09141A002/listing.html)
- Place of Performance
- Address: USAFA, Colorado Springs, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01875104-W 20090716/090715000650-d885d6f0d19957c624c73724f9b6847e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |