Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOURCES SOUGHT

J -- Quantel Laser Recalibration & Service

Notice Date
5/14/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-18-T-0058
 
Archive Date
6/6/2018
 
Point of Contact
Leila N. Bussey, Phone: 7193338203, susan g. hashemi, Phone: 7193338059
 
E-Mail Address
leila.bussey@us.af.mil, susan.hashemi@us.af.mil
(leila.bussey@us.af.mil, susan.hashemi@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is not a solicitation. This announcement serves as a sources sought notice for a laser recalibration and service for the United States Air Force Academy (USAFA). This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for the upcoming acquisition for the USAFA laser recalibration and service. All businesses capable of providing a laser recalibration and equipment service are invited to respond. Any information provided by the industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. 10 CONS/ PKC is seeking potential sources with the ability to recalibrate and service a Q-Scan Laser (Nanosecond Tunable Dye) laser. The applicable NAICS Code is 811219. The size standard is $20.5 million. The proposed contract is anticipated to be a firm fixed price contract. U.S. Air Force Academy Quantel Laser Service Requirements: Wide Tunability: Wide Spectral Range: 200-4500 nm Dimensions: A – 1150mm (45.27”) B – 600mm (23.62”) C – 300 mm (11.81”) D – 1600 mm (62.99”) E – 400 mm (15.75”) F – 100 mm (3.94”) G – 60 mm (2.36”) H – 203mm (7.99”) Energy Specifications: Out Put Wavelength 430 mJ @532 nm 225mJ @ 355 nm (Q-Smart 850 10 Hz) 600 mJ @ 532 nm 280 mJ @ 355nm *YG981C 10 Hz) 820mJ @ 532 nm 490mJ @ 355 nm (YG981E 10 Hz) Process Type of Dye 205 nm 5.5 7 10 Freq tripling of 615 nm Rh 640 + Rh 610 226 nm 5 6.5 9 Freq tripling of 678 nm DCM + LDS 698 230 nm 3.5 4.5 7 Freq tripling of 690 nm LDS 698 270 nm 4 4.5 9 Freq tripling of 540 nm Coumarin 540A 282 nm 25 35 50 Freq doubling of 564 nm Rh 590 361 nm 17 23 32 Freq doubling of 722 LDS 722 390 nm 11 16 22 Freq doubling of 780 nm LDS 798 540 nm 30 36 60 Fundamental dye @ 540 nm Coumarin 540A 565 nm 110 150 210 Fundamental dye @ 565 nm Rh 590 627 nm 110 150 210 Fundamental dye @627nm DCM General Specifications: Pulse duration (ns) 4 - 5 FWHM with Q-smart 85 8 - 10 FWHM with YG980 series Beam divergence (mrad) 0.5 full angle at 1/e² of the peak Beam diameter (mm) < 6 depends on pump laser Beam pointing stability (μrad) < 50 on 200 shots Polarization (%) 98 vertical, in fundamental Absolut Accuracy (nm) <0.01 Wavelength reproducibility (nm) < 0.005 Scan linearity (nm) < 0.002 Thermal stability (nm/C°) 0.001 ASE (%) < 0.5 at the peak Linewidth Specifications: 1800 l / mm 42 0-900 nm < 0.06 cm-1 at 620 nm 2400 l / mm 420-740 nm < 0.06 cm-1 at 570 nm Service Requirements: Power 110V 6A /240V • 3A • 50/60 Hz • Single phase Quantity: 1 Place of Performance: USAF Academy, CO 80840. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 2. Business size status in relationship to the small business threshold of 750 employees and socio-economic status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Answers to the following questions: (include questions below as applicable, otherwise delete. Add any questions specific to the acquisition not included below). a. Are you a manufacturer or supplier of the item require servicing? b. What is your lead-time for equipment service? c. What are your payment/discount terms? d. What are the term of your warranty? This notice is designed to locate responsible sources that have an interest, and have the ability to supply the items described herein. Responsible vendors who are interested may contact, Ms. Leila Bussey at 719-333-8203 or email leila.bussey@us.af.mil or Ms. Susan Hashemi, Contracting Officer at 719-333-8059 or email susan.hashemi@us.af.mil by 1 p.m. Mountain Daylight Time, 22 May 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-18-T-0058/listing.html)
 
Record
SN04921042-W 20180516/180514230611-4045b6e6aac19fc298d3454ba88fc3ae (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.