Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOURCES SOUGHT

66 -- Mid IR Laser

Notice Date
8/20/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0288
 
Archive Date
8/28/2012
 
Point of Contact
Timothy G. Wilhelm, Phone: 9375224555
 
E-Mail Address
timothy.wilhelm.2@us.af.mil
(timothy.wilhelm.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a narrow linewidth pulsed laser system with detector needed for spectroscopic characterization of optoelectronic components and devices. The lasers will be used in a swept source spectroscopy arrangement. Firms responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. Specific requirements include: Laser System Requirements: • Spectral Wavelength Coverage: 7.8 - 9.8 microns • Maximum Linewidth: 1/cm FWHM • Pulse Width variable from 50 - 500ns • Duty Cycle up to 5% • Beam Divergence maximum of 5mrad • Pulse Stability less than 5% • Polarization must be linear • Pointing Stability less than 2.5 mrad • Beam Diameter of 3mm or less • Beam Quality is TEM00 M^2 of <1.3 • Pulse Rep Rate variable between 0.1 - 100kHz • Scanning Modes: Step scan, start, stop • External Interface via USB • Cooling must be passive • Computer control is necessary for ease of operation • Peak Power: minimum of 100 mW • Triggering: internal and external triggering Detector Requirements • Detector Material: HgCdTe • Spectral Response: 7-11 micron • Response Time of less than 5ns • RF output connection must be SMA • Responsivity >2,500 V/W • Cooling: Thermoelectric cooling down to 250 kelvin • Field of View >75 degree • One box package including receiver, detector, amplifier, and temperature control All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: timothy.wilhelm@wpafb.af.mil in a Microsoft word compatible format to be received no later than 10:00 A.M. Eastern Standard Time, 27 August 2012. Direct all questions concerning this acquisition to 1st Lt Timothy Wilhelm at timothy.wilhelm@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0288/listing.html)
 
Place of Performance
Address: WPAFB, OH, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02846816-W 20120822/120820235719-e6af8e065b5caff0f31aef4a98868c92 (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.