SOLICITATION NOTICE
66 -- Modular Diode Laser Base for Laser Rack System
- Notice Date
- 6/16/2023 5:54:12 AM
- Notice Type
- Presolicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875123Q0149
- Response Due
- 6/30/2023 12:00:00 PM
- Archive Date
- 08/31/2023
- Point of Contact
- Leena Budhu, Bryant Soule
- E-Mail Address
-
leenawattie.budhu.1@us.af.mil, Bryant.Soule@us.af.mil
(leenawattie.budhu.1@us.af.mil, Bryant.Soule@us.af.mil)
- 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 334413 (Semiconductor and Related Device Manufacturing) with a small business size standard of 1250 employees. The Government requires the procurement of the following Laser Systems with associated options: � -Digital Laser Controller and External Cavity Diode Laser Housing for 493 nm and 650nm lasers: Part Number: DLC MDL PRO: Modular Diode Laser Base for Laser Rack Systems Key Features: The controller must operate both lasers simultaneously, and the housing will accommodate both lasers in the same assembly. Both controller and baseplate are 19""-inch rack mountable and have sufficient ventilation to be operated in a rack-mounted environment, enabling the system to meet space requirements. Controller features both front panel operation and operation over a TCP/IP network-based API. Must support both low-frequency (DC-coupled) and high-frequency (AC-coupled) external modulation. -493 nm Laser System Consisting of two Subcomponents: Part Number-MDL DL PRO HP: DLC MDL pro Modular Diode Laser Baser Part Number-SUR DL PRO HP / HP: Surcharge High Power Key Features: Must have sufficiently narrow linewidth (15 GHz. The laser should be equipped with polarization-maintaining fiber coupling with FC/APC terminated fibers. Coupling mechanism must be end-user optimizable to a polarization extinction ratio >1% (20 dBc). Total output power must be >= 60 mW after the output fiber. -650 nm Laser System Consisting of three Components: Part Number-MDL DL PRO: ECDL Module Base for DLC MDL pro Modular Diode Laser Base Part Number -#LD-0650-0200-1: LD 650nm Part Number -#OK-001226: Optical Isolator DSR660 Key Features: Must have sufficiently narrow linewidth (15 GHz. The laser should be equipped with polarization-maintaining fiber coupling with FC/APC terminated fibers. Coupling mechanism must be end-user optimization to a polarization extinction ratio >1% (20 dBc). Total output power must be >= 40 mW after the output fiber. -Digital Laser Controller for 553 nm System: Part Number -DLC SHG AUTOALIGN F: Automatic alignment optimization option Key Features: Must be able to control both the fundamental generation and the second harmonic generation portions of the SHG laser system for 553.7 nm. Must support automatic alignment of the doubling cavity to optimize output power, and fiber alignment to maximize fiber coupling efficiency to eliminate efficiency changes due to cavity alignment. Must support both low-frequency (DC-coupled) and high-frequency (AC-coupled) external modulation. -553 Laser System Consisting of 5 Subcomponents: Part Number-DLC TA-SHG PRO 554: DLC TA-SHG pro System Part Number-EOM/SHG PRO: Electro-Optic Modulator for SHG stage Part Number -FIBERDOCK PROBE IR: Fiber Coupler Unit Part Number -#OK-000661: Fiber Patchcord Part Number -DLC CHILLER: Low noise and low vibration closed cycle chiller Key Feature: Must be able to generate 553.7 nm of sufficiently narrow linewidth (=15 GHz mode-hop free) to be able to address all optical transitions in the vicinity of 553 nm for neutral barium-133 and all naturally-occurring barium isotopes. The laser should be equipped with polarization-maintaining fiber coupling with FC/APC terminated fibers. Coupling mechanism must be end-user optimization to a polarization extinction ratio >1% (20 dBc). Total output power must be >= 0.8 W after the output fiber. For SHG or other cavity-based doubling systems, doubling cavity must support automatic alignment, and EOM-based modulation to allow modulation-free fundamental light. A Pound Drever Hall setup must be used for cavity stabilization. Fiber-coupled fundamental light should be provided to enable external monitoring of the fundamental, with the same FC/APC PM fiber-coupling capabilities. A chiller must be provided if needed to reach maximum output powers. The Government intends to negotiate a sole source contract with Toptica Photonics, Inc., 1120 Pittsford Victor Rd., Pittsford, NY 14534. The Government has determined that other companies� products and services do not meet or cannot be modified to meet the Government�s needs.� Toptica Photonics is the only known vendor that provides a Laser System, that can address narrow atomic transitions in neutral barium atoms (for 553 nm) and singly charged barium ions (493 nm and 650 nm). �Furthermore, the Laser System and associated options developed exclusively by Toptica Photonics is the only known system interoperable with existing Toptica Photonics equipment and software already in use for existing research and development experiments.� Use of another companies� products would result in a duplication of costs 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 leenawattie.budhu.1@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. 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 31 July 2023. A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be74d69e7fb9409182c5a135965fdd81/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN06719198-F 20230618/230616230110 (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 |