Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOURCES SOUGHT

66 -- Automatically tunable UV to IR laser system

Notice Date
11/14/2024 1:21:54 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-SS25-04
 
Response Due
11/29/2024 1:00:00 PM
 
Archive Date
12/14/2024
 
Point of Contact
Joni L. Laster, Junee Johnson
 
E-Mail Address
joni.laster@nist.gov, junee.johnson@nist.gov
(joni.laster@nist.gov, junee.johnson@nist.gov)
 
Description
*****THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE***. Title: Automatically tunable UV to IR laser system BACKGROUND The National Institute of Standards and Technology (NIST), Sensor Science Division (SSD), Remote Sensing Group (RSG), Primary Optical Watt Radiometer (POWR) lab requires an automatically tunable ultraviolet (UV) to infrared (IR) laser system to be used in conjunction with the Primary Optical Watt Radiometer (POWR), which serves as the Nation�s optical power reference. POWR, an absolute cryogenic radiometer, measures the optical power from a minimally diverging light source and uses that same light source to then calibrate the responsivity of different types of detectors, which are then used as optical power standards. The detectors used are primarily Si photodiodes/traps (for the UV to near-IR) or InGaAs photodiodes (for the IR). The laser system shall be used for setting the UV to IR optical power scale/standards and must be capable of providing light that can be tuned, at least, between 190 nm to 2300 nm with continuous wavelength tuning. Additionally, a narrow spectral bandwidth (?10 cm?1) at each chosen wavelength is required. Automatic (i.e. computer controlled/programmable) tuning of the system is essential so that time-efficient calibrations of detectors can be performed in the specified wavelength range. Contract Line-Item Number (CLIN) 0001: The Contractor shall provide one (1) automatically tunable UV to IR laser system to carry out measurements which set the Nation�s reference scale for optical power. The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Experimental, prototype, or custom items will not be considered. The use of �gray market� components not authorized for sale in the U.S. by the Contractor is not acceptable. The laser system output shall provide light with wavelengths between 190 nm and 2300 nm, where one wavelength at a time can be selected within the specifications of [3] and [4]. The laser system shall have continuous wavelength selection tunability throughout the entire wavelength range, 190 nm to 2300 nm. The spectral bandwidth full-width-at-half-maximum of the laser system output must be approximately 10 cm?1 or less for each selected wavelength throughout the entire wavelength range, 190 nm to 2300 nm. Spectral impurities outside of the selected wavelength should be well-characterized and filtered/filterable if present. The reproducibility of selecting a specific wavelength should be less than 0.5 nm across the entire wavelength range, 190 nm to 2300 nm. The average power of the laser system output must be greater than one milliwatt at each selected wavelength within the wavelength range 190 nm to 230 nm, and approximately greater than ten milliwatts across the rest of the wavelength range, 230 nm to 2300 nm. The laser system must be fully automated, meaning the entire wavelength range should be tunable via a provided control computer with the control software pre-loaded (a backup control computer with software is also required). The control software should include a standard interface (e.g. TCP/IP) that allows the user to remote control the software with a fixed set of provided commands. Wavelength changes should be able to be made without user intervention. However, manual intervention between the wavelengths of 190 nm and 230 nm is okay. The output beam profile should be Gaussian-like, with M2 1 mW), is unmatched by other products. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response: Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed in this notice as soon as possible, and preferably before the closing date and time of this notice. Please note that to be considered for award under any official solicitation, the entity must be registered and �active� in SAM at the time of solicitation response. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Details about what your company is capable of providing that meets or exceeds NIST�s minimum requirements. Whether your company is an authorized reseller of the product or service being cited and evidence of such authorization. Identify any aspects of the description of the requirements in the BACKGROUND section above that could be viewed as unduly restrictive or create unnecessary barriers that adversely affect your firm�s ability to fully participate in a procurement for such services and explain why. Please offer suggestions for how the requirements could be organized or structured to encourage the participation of small businesses. For the NAICS code Indicate whether your company is (a) a small business or (b) other than small business. See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement. If your firm has existing Federal Supply Schedule contract(s) or other contracts for products or services against which the Department may be able to place orders, identify the contract number(s) and other relevant information. Describe your firm�s experience (as a prime, subcontractor, or consultant) providing the products or services described in Background section. Provide any other information that you believe would be valuable for the Government to know as part of its market research for this requirement. Please let us know if you would like to engage to get a better understanding of the requirement or need additional information about the Government�s requirement for the products or services described in the Background section. QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received by November 18, 2024. If the Contracting Officer determines that providing a written amendment to this notice to document question(s) received would benefit other potential respondents, the questions would be anonymized, and a written response to such question(s) would be provided via an amendment to this notice. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that the NIST may appropriately solicit for its requirements in the near future. This notice should not be construed as a commitment by the NIST to issue a solicitation or ultimately award a contract. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. This notice is not a request for a quotation. Responses will not be considered as proposals or quotations. No award will be made as a result of this notice. NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s capability. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Thank you for taking the time to submit a response to this request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/56cebd98039f43a5bbc10a2e9e45b8e6/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07265908-F 20241116/241114230117 (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.