|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone
Arsenal, AL 35898-5275 58 -- ARGON ION LASER FOR HOLOGRAPHY APPLICATIONS SOL DAAH03-97-T-0022
DUE 040797 POC (RDPC) Arlene Dussault, Contract Specialist,
AMSMI-AC-CRAY, 205-876- 5255, Earnest L. Taylor, Jr., Contracting
Officer, 205-876-7500, Synopsis Number R127-97. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in Subpart 12.6 as supplemented with additional information
included in this notice. This announcement consistutes the only
solicitation; quotations are being requested and a written solicitation
will not be issued. The solicitation is issued as a Request For
Quotation (RFQ) number DAAH01-97-T-0022. The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-45, FOB point shall be destination at
Redstone Arsenal, AL. Required delivery date is 6 weeks after award of
contract. Award shall be a firm-fixed price (FFP) contract based on
lowest overall price that meets the minimum specifications and delivery
requirements. Line item 0001 is a requirement for an Argon Ion Laser
for Holography Applications, one (1) each. The minimum specifications
are as follows: All requirements must be met with 45 p.s.i. maximum
water pressure, 2.5 gallons per minute maximum water flow, over a 26
degree C temperature range. Argon Ion continuous wave laser: Etalon,
temperature controlled; Total power, 7 Watt minimum; Power @ 514nm
(with etalon) 1.8 Watts minimum; Power @ .488 nm (with etalon), 1.2
Watts minimum; Maximum input power, 55 Amps, 208 VAC (3 phase); RMS
noise, 0.15% maximum; Power stability, within plus/minus 0.3% over 1
hours/plus/minus 0.5% over 8 hours; Line width (@ 514 nm), 1 MHz
maximum; Operating modes, TEMoo single mode only; Tube warranty, 18
months or 2000 hours minimum; Angular stability, 5.0 uradians maximum
variation; Warm up time, 30 minutes maximum; Beam divergence (full
angle), 0.40 mrad maximum; Beam offset, 5.0 um maximum; Umbilical
length, 4.0 meters minimum; Polarization, >100:1 vertical; Frequency
drift, 30 MHz maximum; Frequency jitter, < or equal to 2 MHz; power
cord length, 5.0 meters minimum; Plug type, NEMA 15-60 angle plug. The
laser system must include a compact cooling system such as a
water-to-water heat exchanger. The cooling system must allow the water
going into the laser to be in a closed loop system so the water source
is isolated from the water used to cool the resonator. Cooling system
will have a 40 kW cooling capacity over a 25 degree C water temperature
range and support flow rates of 2.5 to 10 gallons per minute. The
resonator cavity will have Super Invar rods to provide vibration
damping and spatially stable beam output under changing thermal
conditions. Direct drive, 2 speed gimbaled mirror mounts are to be used
in the optical cavity. Wrench adjustments and belt driven mounts are
not acceptable. The system must have a remote control with a minimum 9
meter cable to the power supply. The controller must have the full
complement of laser system controls and have complete diagnostics
capability. The laser must be capable of changing between wavelength
lines and stabilizing output power within 10 minutes while using the
etalon. The laser with etalon will be tunable to and capable of
operating at 528.7, 514.5, 501.7, 496.5, 488.0, 476.5, and 457.9 nm.
The etalon must have an automatic temperature optimization feature. The
price will include onsite installation, instruction manuals, and
operator training. FOB is destination at Redstone Arsenal, AL. Required
delivery date is 6 weeks after award of contract. The following FAR
clauses/provisions are applicable to this acquisition: (a) 52.212-1,
"Instructions to Offerors -- Commerical," (b) 52.212-2, "Evaluation --
Commercial Items," where the technical, price, and delivery of offered
items shall be used to evaluate the offer. (c) 52.212-3, "Offeror
Representation and Certifications -- Commercial Items." Offerors are
hereby advised to include a completed copy of these provisions with the
offer. (d) 52.214-4, "Contract Terms and Conditions -- Commercial
Items" (e) 52.212-5 "Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Item." Any
contract awarded as a result of this solicitation will be DX rated
order for national defense use under the Defense Priorities and
Allocations System (DPAS). All responsible sources may submit a
proposal which will be considered by the agency. The offers are due
040797. Quatations should be mailed to Commander, U.S. Army Missile
Command, RDEC Procurement Office, ATTN: AMSMI-AC-CRAY/Dussault,
Building 5400, Redstone Arsenal, AL 35897-5275. (0077) Loren Data Corp. http://www.ld.com (SYN# 0237 19970320\58-0006.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|