Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2018 FBO #5969
SOLICITATION NOTICE

66 -- Frequency-Resolved Optical Gating (FROG) System

Notice Date
3/26/2018
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-18-Q-0047
 
Archive Date
5/31/2018
 
Point of Contact
Jennifer Calandra-Willson, Phone: 315-330-4009
 
E-Mail Address
JenniferCalandra-Willson@us.af.mil
(JenniferCalandra-Willson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Proposed Contract Action under the FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 334519 with a small business size standard of 500 employees. AFRL/RITE requires a purchase of a Frequency-resolved optical gating (FROGscan) system that provides real-time ultra-short pulse measurements and has appropriate wavelength coverage, high resolution, and works with existing laser systems. The FROGscan Ultra system includes the following: Qty of 1 FS-Ultra 2 FROG system for real-time measurements of ultrafast laser pulses with integrated cover and advanced electronics. Includes one SHG crystal: 200 micron thick BBO cut at 29.2 degrees. Wavelength range: see spectrometers listed below Pulse Length range: 12 fs - 5 ps ( greater than 20 ps using optional hollow retros) Temporal range software programmable up to 60 ps Temporal resolution: 2 fs or better Spectral resolution: see spectrometers listed below Pulse complexity: TBWP up to ~ 50 Phase accuracy: 0.01 radians Real-time sensitivity (Ipeak * Iave): ~ 4 W^2 Averaged sensitivity (Ipeak * Iave): ~ 0.01 W^2 Input beam size: 2 - 8 mm, collimated Polarization: Horizontal Acquisition speed: greater than 2 Hz (64 x 64 grid) Physical Dimensions: 33 cm x 33 cm x 19 cm Integrated Cover Advanced Electronics Power requirements: 100 - 230 VAC, 50-60 Hz Electrical plug style: US NEMA 5-15 Qty of 1 HR2000+: High Resolution Spectrometer 2048 elements Slits: 10 microns Grating: 12 (2400 g/mm) Start Wavelengths: 347.0 nm Spectrometer Resolution: 0.091 nm Input Range (1000 fs): 695.0-878.6 nm Input Range (100 fs) 704.0 nm - 964.3 nm Effective Resolution: 0.26 mm Qty of 1 Alignment Cameras Option Two alignment cameras for aiding in system alignment to input laser and internal alignment. Includes drivers and integrated software. Qty of 1 Software-controlled Crystal Tilt Option Crystal Tilitng controlled by stepper motor via VideoFROGscan. Qty of 1 VideoFROGscan VideoFROG scan real time data acquisition and analysis software. 64-bit Windows 7,8,10 only The Government intends to negotiate a sole source contract with: MesaPhotonics 1550 Pacheco St. Santa Fe, NM 87505 The Government has determined that no other source can meet this requirement. It is essential to have a system that not only provides real-time ultra-short pulse measurements, has the appropriate wavelength coverage, and high resolution, but it must also be compatible with the existing pulsed laser systems. It is essential to have a system that produces 1-10+ picosecond pulse widths, and specific laser wavelengths in the range of 700-740 nm. Other manufactures are unable to meet this requirement and procuring a new system would result in significant program delays, resulting in duplication of costs to the Government that is not expected to be recovered through competition. This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to jennifer.calandra-willson@us.af.mil. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. FUNDS are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this contract action. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 30 April 2018. A Sole Source Justification will be attached to the subsequent Notice of Award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-18-Q-0047/listing.html)
 
Record
SN04866776-W 20180328/180326231207-f8dc32d04173d2a064255007f91de4ab (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.