Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

99 -- Nanosecond pulsed neodymium YAG laser

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-09-T-0651
 
Response Due
9/11/2009
 
Archive Date
10/11/2009
 
Point of Contact
Donna Apgar, Contract Specialist, (973)724-2002
 
E-Mail Address
Donna Apgar
(donna.apgar@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation notice for commercial items restrictedto small business, prepared in accordance with the format in FAR Subpart 12.6,as supplemented with additional information included in this notice. Thisannouncement constitutes the only solicitation; quotations are being requestedand a written solicitation will not be issued. This Solicitation is an RFQ andthe solicitation number is W15QKN-09-T-0651. The US Army JM&L LCMC intends toaward a purchase order for CLIN 0001,Nanosecond Pulsed Neodymium YAG Laser using NAICS Code 334516. Background:Benet Labs is currently in the first year of a two year ARDECSystems Concepts and Technology project to investigate Novel Silicon BasedInfrared Sensor Technology. For imaging in the short wave infrared, expensivematerials such as indium gallium arsenide are typically used as the sensormaterial. Inexpensive materials like silicon cannot be used due to their poorinfrared response. However, ARDEC, in collaboration with Harvard University,has developed a method to dope silicon with an excess of sulfur, causing thematerial to absorb strongly in the infrared. The preparation of the materialinvolves implanting sulfur into a silicon wafer using a high-energy ionimplantation process, and irradiating the material with a high energy pulsedlaser with a pulse duration on the order of nanoseconds. Benet Labsrequires a solid state laser to irradiate samples that will be prepared bycollaborators at Army Research Lab and to pursue further studies of thematerials properties. Solid state lasers have the advantage of having pulseduration below 10 nanoseconds, which is optimal for incorporating sulfur intosilicon. An Nd: YAG laser is the most appropriate solid state laser availablefor this requirement, and has the additional advantage of providing output at wavelengths in the infrared, visible, and ultraviolet, which enables further scientific studies of the fabrication and properties of the material. Purpose:This Statement of Work is to define the requirements and deliverables to be used in the selection and procurement of a new pulsed nanosecond laser to be installed for Benet Labs, Armament Technology Division, Fatigue and Fracture Analysis Branch in Bldg 115. The laser system shall include the laser head, power supply, and recirculating chiller. Requirements: The contractor shall provide a laser system with performance characteristics as indicated as follows:The contractor shall use Nd:YAG as a lasing medium. The contractor shall include fundamental wavelength at 1064 nanometers and harmonics at 532 nanometers, 355 nanometers, and 266 nanometers. Minimum output pulse energy at each harmonic shall be as follows:3.1.3.11064 nm: 1.6 Joules (J), 3.1.3.2 532 nm: 0.8 J,3.1.3.3 355 nm: 0.49 J, 3.1.3.4 266 nm: 0.18 J, 3.1.4 Pulse duration shall be no more than 10 nanoseconds at all wavelengths. 3.1.5Pulse energy variation shall be no more than 10% at all wavelengths.3.1.6 Long term energy drift shall be no more than 10% at all wavelengths. 3.1.7 Maximum pulse repetition rate shall be at least 10 Hz. 3.1.8 Laser shall be capable of operation at pulse repetition rates to include 5 Hz, 2 Hz, 1 Hz, 0.5 Hz, and 0.2 Hz.3.1.9Pulse shape shall be Top-hat (near field), Gaussian (far-field).3.1.10Beam diameter shall be 1 cm or greater. 3.1.11 witching between wavelengths shall require no more than 30 minutes.3.1.12.System shall be capable of external control/triggering. 3.1.13System shall be able to connect to an external computer via USB and LabView drivers. 3.2The contractor shall provide a laser system that conforms to the following service requirements: 3.2.1 Power shall be 208 VAC, single phase, 60 Hz, or 208 VAC, three-phase, 60 Hz, or 110 VAC. 3.2.2System shall include recirculating chiller capable of providing adequate cooling to laser under standard operating conditions. 4.0 Deliverables:The period of performance of the contract shall commence upon award of the contract and shall be completed upon delivery and installation of the laser system, which should occur within 12 weeks from award of the contract. The instrument shall be delivered to:Jeffrey Warrender US Army ARDEC Benet Laboratories Building 120 (RDAR-WSB-LB) 1 Buffington Street Watervliet Arsenal, NY, 12189 Onsite installation shall be done by company representative, and shall entail the following activities:The contractor shall assemble and install all modules, cables and hoses.The contractor shall demonstrate standard system performance and features.The contractor shall train operators on system operation, setting up tests, data acquisition, safety, maintenance and calibration requirements.The contractor shall connect to the machine all required electrical and air utilities (available in the bldg).All travel and living expenses associated with the installation shall be included in the quoted price.Closing date for receipt of proposals is 5:00 p.m. EDT of the response date. Any response received after the due date and time will be considered untimely and may not be further considered for evaluation (ref. FAR 15.208(b)). Evaluation and award shall be made in accordance with FAR 13, Simplified Acquisition Procedures. Offerors shall submit proposals via e-mail to:margaretrhinesmith@us.army.mil or donna.apgar@us.army.mil. PRICED CLIN STRUCTURE The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable)CLINUNITQTY0001solid state laser IAW SOW 52.212-2 EVALUATIONCOMMERCIAL ITEMS(a) The Government will award a contract 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 award will be made based on the best overall (i.e., best value) proposal that isdetermined to be the most beneficial to the Government, with appropriate consideration given to the 3 evaluation factors: Technical, Performance Risk, Cost. The Technical Factor is slightly more important than the Cost Factor, which is significantly more important than the Performance Risk. To receive consideration for award, a rating of no less than Acceptable must be achieved for the Cost and Technical Factors. Offerors are cautioned that the award may not necessarily be made to the lowest cost offered.B. FACTORS AND SUBFACTORSTO BE EVALUATED1. FACTOR I TECHNICAL. Subfactors (a) (e) are equally important, and are slightly more important than subfactors (f) (l), which in turn are slightly more important than subfactors (m)-(o) a. a)Laser shall have Nd:YAG as a lasing mediumb)Laser shall provide output at operator-selected wavelength to include 1064 nanometers, 532 nanometers, 355 nanometers, and 266 nanometersc)The laser shall be capable of achieving an output pulse energy at each harmonic as follows:1064 nm: 1.6 Joules (J)532 nm: 0.8 J355 nm: 0.49 J266 nm: 0.18 Jd)Pulse duration shall be no more than 10 nanoseconds at all wavelengthse)System shall include recirculating chiller capable of providing adequate cooling to laser under standard operating conditions.f)Pulse energy variation shall be no more than 10% at all wavelengthsg)Long term energy drift shall be no more than 10% at all wavelengthsh)Maximum pulse repetition rate shall be at least 10 Hzi)Laser shall be capable of operation at pulse repetition rates to include 5 Hz, 2 Hz, 1 Hz, 0.5 Hz, and 0.2 Hzj)Pulse shape shall be Top-hat (near field), Gaussian (far-field)k)Beam diameter shall be 1 cm or greaterl)Switching between wavelengths shall require no more than 30 minutesm)System shall be capable of external control/triggeringn)System shall be able to connect to an external computer via USB and LabView drivers o)Power shall be 208 VAC, single phase, 60 Hz, or 208 VAC, three-phase, 60 Hz, or 110 VAC.C. EVALUATION APPROACHAll proposals shall be subject to evaluation by a team of Government advisors.1. TECHNICAL EVALUATION APPROACH (APPROPRIATE FOR FFPTYPE). The evaluation process will consider the following:a. Adequacy of Response. The proposal will be evaluated to determine whetherthe offerors equipment addresses all requirements enumerated above. Test data shall be provided by the offeror to substantiate claimed performance for technical criteria (c), (f), (g), and (j).Evaluators will rate the proposals in the Technical Factor and its subfactors, against the requirements using the following definitions:Exceptional(BLUE)Proposal demonstrates excellent understanding of requirements and approach that significantly exceeds performance or capability standards. Has exceptional strengths that will significantly benefit the Government and possess no significant weaknesses.Acceptable(GREEN)Proposal demonstrates good understanding of the requirements and approach that meets performance or capability standards. Has some strengths that will benefit the Government and any weaknesses are readily correctable.Marginal(YELLOW)Proposal does not demonstrate a sufficient understanding of requirements and approach only marginally meets performance or capability standards necessary for minimal but acceptable contract performance; however significant weaknesses are correctable.Unacceptable(RED)Proposal fails to demonstrate an understanding of requirements and approach does not meet performance or capability standards. Requirements can only be met with major changes to the proposal.The award will be made based on the best overall (i.e. best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the non-cost factors and price. The Government will weigh any increase to technical rating against any additional price to determine if parity of the relationships warrant the paying of additional price for the higher rating. However, price may become more significant in the event of rating competing proposals are closely grouped.A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government mayaccept an offer (or part of an offer), whether or not there are negotiationsafter its receipt, unless a written notice of withdrawal is received before award.Cost: If all other factors are determined to be equal between multiple vendorsthen cost will be used as the final determining factor.A written notice of award or acceptance of an offer, mailed or otherwisefurnished to the successful offeror within the time for acceptance specifiedin the offer, shall result in a binding contract without further action byeither party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.All applicable clauses are provided in a separate attachment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE30/W15QKN-09-T-0651/listing.html)
 
Record
SN01942151-W 20090906/090905001559-5b9871dd2b52bb404ce7b87e39eaf252 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.