Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOURCES SOUGHT

A -- INTERFEROMETRIC RECEIVERS

Notice Date
5/17/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-InterferometricReceivers
 
Response Due
6/10/2010
 
Archive Date
5/17/2011
 
Point of Contact
Teresa M Hass, Contract Specialist/Contracting Officer, Phone 757-864-8496, Fax 757-864-7709, Email Teresa.M.Hass@nasa.gov - Susan E. McClain, Contracting Officer, Phone 757-864-8687, Fax 757-864-8863, Email Susan.E.Mcclain@nasa.gov
 
E-Mail Address
Teresa M Hass
(Teresa.M.Hass@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/LaRC is hereby soliciting information about potential sources to supplyprimary components for use in aircraft-based and space-based atmospheric science lidarinstruments.NASA is currently conducting market research to identify firms with specialized expertisein the design, analysis, and fabrication of interferometric receivers (field-widenedMichelson or other suitable interferometers) operating at 355, 532, and 1064 nm (devicesneed operate at only one wavelength each). The following specifications are in draft form and therefore subject to change. Thespecifications are based on NASAs prior use and familiarity with Michelsoninterferometers, and are intended to depict the general performance envelopes desired.Methodologies for achieving these specifications may be implied or suggested, but shouldnot be considered as limiting or prohibiting alternate approaches (e.g., Mach Zehnderstyle interferometer).Parties with experience in alternate technologies or approachesare encouraged to respond. Outputs = 2: standard Michelson output and reflected beam. (Devices shall be fieldwidened to the degree that it can be operated with input light injected at 1-2 degreesoff axis, allowing spatial separation and measurement of the reflected beam.) Nominal Wavelength(s) of Operation = 532 nm, 1064 nm, 355 nm. Tuning: interferometers must be manufactured or tunable such that transmitted beampeaks at a specified wavelength near the nominal wavelength with an accuracy of 10 MHz. Method of tuning control must be practical for aircraft and satellite operation of theinterferometer. Free Spectral Range = 2.0 GHz at 355 nm, 1.33 GHz at 532 nm, and TBD GHz at 1064 nm. Interferometer overall transmission > 90 % (goal>95%), i.e., sum of power in thetwo output beams must be greater than 90% of the input power. Input beam divergence = 16 mrad, full angle Input beam diameter ≥ 25 mm Input Polarization = linear S-polarized. Contrast > 100:1 (goal > 200:1) for s-polarization input. Interferometer performance at P-pol: Interferometer(s) shall have a contrast of >TBD:1 for P-pol in both output channels. Packaging Monolithic design desired for compactness and robustness and temperaturestability. Interferometer(s) must be physically capable of operations in aircraft flightenvironments. Dimensions Target volume to be less than 280 cubic inches. (LxWxH of approx 8 in x 7in x 5 in)Respondents should have demonstrated capability and experience in the design, analysis,fabrication, and testing of optical interferometers. When responding to this notice,respondents shall address their capabilities and experience in the areas listed below.Respondents shall emphasize how their stated capabilities and experience relate to thespecific performance requirements and challenges associated with developing opticalinterferometers for aircraft applications. Respondents shall list specific missions wheretheir hardware has flown if publically available. Respondents may offer responses to any or all of the following: Design, assembly, and test of: a) interferometers of any typeb) monolithic Michelsoninterferometers Vendors having the capabilities necessary to provide the stated components are invited tosubmit appropriate documentation, literature, brochures, and references. In addition toaddressing the areas noted above, responses must also include the following: name andaddress of firm, size of business per NAICS code (i.e. large or small); average annualrevenue for past 3 years and number of employees; business status: small disadvantaged,8(a), HUBZone, and/or woman-owned; number of years in business; list of customerscovering the past three years (explain relevant work performed and identify: contractnumbers, contract type, dollar value of each contract; and customer point of contactincluding address, email address and phone number). Please limit your responses to 20 pages or less, in 12 point font, not includingdiagrams, pictures, or figures. Existing documents that describe suitable existingproducts or proposed products are acceptable. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offeror(s) responsibility to monitor these sitesfor the release of any solicitation or synopsis. Technical questions should be directed to: Chris Hostetler at:chris.a.hostetler@nasa.gov. Procurement related questions should be directed to: Ms.Teresa Hass at: Teresa.M.Hass@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be emailed to Ms. Teresa Hass at Teressa.M.Hass@nasa.gov no laterthan June 10, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-InterferometricReceivers/listing.html)
 
Record
SN02151531-W 20100519/100517234708-5369fa9732ff89e831e321445202c419 (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.