Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2022 SAM #7399
SOURCES SOUGHT

99 -- Lsense Laser Components

Notice Date
3/2/2022 2:09:25 PM
 
Notice Type
Sources Sought
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025322QXXXX
 
Response Due
3/31/2022 9:00:00 AM
 
Point of Contact
Stacy Noble, Phone: 360-315-8918, Matthew McLean
 
E-Mail Address
stacy.e.noble.civ@us.navy.mil, matthew.a.mclean8.civ@us.navy.mil
(stacy.e.noble.civ@us.navy.mil, matthew.a.mclean8.civ@us.navy.mil)
 
Description
In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is issuing this RFI/sources sought announcement as part of market research for the proposed procurement of Lsense laser components:� 2 each L-VR2-294, flashlamp pumped Er:YAG laser operating at 2.9 �m with the following specifications:� wavelength:� 2.9 �m; Eout: >3 Joules (TEMmm) >500 mJ (TEMOO); pulse duration: 250 � 500 �s (FWHM); beam diameter: 5 � 6.5 mm (FWFM) at exit aperture; divergence: 1 Joules (TEMmm) >250 mJ (TEMOO); pulse duration: 75 � 250 ns (FWHM); beam diameter: 2.5 � 4 mm (FWFM) at exit aperture; divergence: 3 Joules (TEMmm) >500 mJ (TEMOO); pulse duration: 250 � 500 �s (FWHM); beam diameter: 5 � 6.5 mm (FWFM) at exit aperture; divergence: >5 mrad; PRF: 2-8 Hz; variable pulse width power supply & chiller (both operate using 208V, 20Amp, single phase).� 32 each C-0.5HR294, 0.5"" diameter 2.94 �m HR mirror.� 32 each C-1.0R70294, 1"" diameter 2.94 �m OC (R=70%).� 40 each C-FL100, replacement flashlamp for VR-2.� 20 each C-4x100 AR/AR, Er:YAG laser rod.� 40 each C-1.0CYAG, 1"" diameter undoped ceramic YAG substrates.� 40 each C-1.0SiC, 1"" diameter SiC substrates.� 32 each C-CY203, 44-46 mm dia x 6-8 mm thick undoped Y2O3 substrates polished to laser quality finish; target transmission losses 95% @ 2 � 5 �m.� 8 each C-4AgMirror, 4"" diameter silver mirror. 1 each Four Channel Q-Switch Government requires ability to conduct maintenance and modification as necessary for all components. Naval Undersea Warfare Center, Keyport Division located at Naval Base Kitsap, Keyport, WA proposes to solicit and award a Firm Fixed Price (FFP) contract on a sole source basis to Lsense, Inc. Reno, NV or an authorized dealer thereof.� This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is because the required items need to be an exact size, weight, and power match to existing Lsense manufactured lasers�owned by the Navy and be compatible with the existing components of the mid-wave infrared (MWIR) sensor system into which they will be integrated.� In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Please provide information of performance on other Government contracts with similar efforts. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this requirement on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter's Name Business Name Street Address, City, State, Zip Code Mailing Address (if different) Business Size Cage Code Point of Contact (POC) POC Telephone POC Email Announcement Number Is your company a small as defined by the Small Business Administration and under what NAICs? (a small business must have 1,000 or less employees) Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. Can your company provide the product or service? Please provide an explanation. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? Given the complexity of the work described in this announcement, please describe your company�s historical experience completing work on similar systems at a similar complexity on the critical systems outlined, or briefly describe how your company would be capable of meeting these requirements as of contract award. Given the complexity and size of the work described in this announcement, if this were put to proposal, does your company plan to submit a proposal in response? Provide any additional feedback that you feel is relevant. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Stacy Noble, E-mail: stacy.e.noble.civ@us.navy.mil �Phone: (360) 315-8918. The mailing address is: Naval Undersea Warfare Center, Keyport Division, Attention:� Stacy Noble, Code 022, Bldg 205, 610 Dowell Street, Keyport, WA 983465-7610. Reference N0025322QXXXX in the subject line of e-mails. Submissions in response to this RFI shall be submitted to the NUWC Keyport Contracting POC by 0900 Pacific Time 31 March 2022. Responses received after 31 March may not be considered in the Government's market research. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. Reference announcement number N0025322QXXXX in all correspondence and communication.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/68dd8949f0694f1ca6e7f56b59067d0d/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN06255664-F 20220304/220303211716 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.