|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,2000 PSA#2521Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1100,
Room 107, Stennis Space Center, MS 39529-5004 66 -- MULTI-CHORD, HIGH SENSITIVITY INTERFEROMETER SOL
N00173-00-R-SE02 DUE 021100 POC Contract Specialist, Eric J. Sogard;
Contracting Officer, Patricia A. Lewis, (228)688-5784 WEB: click here
for related documents, http://heron.nrl.navy.mil/contracts/home.htm.
E-MAIL: click here, esogard@nrlssc.navy.mil. 17. This is a combined
synopsis/solicitation for modification of a commercial item prepared in
accordance with the format in Federal Acquisition Regulation Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
This is a request for proposal (RFP), and the solicitation number is
N00173-00-R-SE02. The Naval Research Laboratory (NRL) has a requirement
for a modified version of the "Two-Color Interferometer" presently in
use by NRL Code 6770. The current interferometer was originally
developed and built by Science Research Laboratory for the Defense
Threat Reduction Agency (previously the Defense Nuclear Agency) under
a Small Business Innovative Research (SBIR) Contract No.
DNA001-92-C-0098. This synopsis/solicitation will describe how NRL Code
6770 intends to use the modified interferometer in terms of performance
requirements and the essential physical requirements. The current
interferometer uses two 50 mW, c.w. lasers at 1064 and 532 nm
wavelengths, each with independent lines-of-sight. Using two
wavelengths along a common line-of-sight allows simultaneous detection
of plasmas and neutrals, an important capability but one that is not
used most frequently. The more important features of this technique are
its high sensitivity (the phase resolution is 10(-5) waves) and ~ns
rise time (limited by the photodiode response). Using the present
interferometer, measurements are made along a single line-of-sight
during a "shot" and the location of the laser beam is changed for
subsequent "shots" in order to determine the spatial distribution of
plasmas and gases in experiments. Constructing spatial distributions in
this way is possible only when the phenomena under study are very
reproducible from shot-to-shot. Most of the applications of interest do
not have this property, because of instabilities, turbulence and random
fluctuations. Therefore, it is required that this technique be extended
to multiple lines-of-sight to measure spatial density distributions
during a single "shot". The success and familiarity of the present
instrument has led to the decision to replicate its properties to a
multi-beam system, utilizing the optical tables and vibration-isolated
interferometer housing of the present system. The general
specifications are described below, with details of the design,
operation and construction found in the Defense Threat Reduction Agency
technical report DNA-TR-93-147, "Multi-Beam Laser Interferometer for
Plasma Density Measurements in a Plasma Erosion Opening Switch (PEOS),
by Stephen F. Fulghum (July 1994) and B.V. Weber and S.F. Fulghum,
Rev. Sci., Instrum. 68, 1227 (1997). Both of these publications can be
found at the NRL Contract's Division website;
http://heron.nrl.navy.mil/contracts/home.htm in the RFP section by
clicking on solicitation number N00173-00-R-SE02. The Multi-Chord
High-Sensitivity Interferometer shall be capable of measuring
phaseshifts of 10(-5) 0.2 waves during 10 microsecond time intervals
and 10(-4) 0.2 waves during 1 millisecond time intervals along eight
(or more) lines-of-sight simultaneously. It is the opinion of the
Government, that this can be accomplished most efficiently by
maintaining the laser power of the present system in all channels of
the new system. The laser wavelength shall be 532 nm, with sufficient
c.w. power (400mW or greater) to achieve the specified phase
sensitivity. The laser optical properties shall match or exceed those
for the laser presently in use (Coherent model DPSS-532-50). It is
anticipated that the laser can simply replace the present one and use
the same lenses and mirrors to direct the beam into the
vibration-isolated interferometer housing. The spacing between the
beams shall be adjustable, from a minimum spacing of 2mm to a maximum
spacing of at least 5mm. The spatial size of each beam waist in the
measurement region shall be 0.5mm or less (1/e-squared diameter). This
is the beam waist size of the present laser beam. The interferometer
optics and steering components shall be mounted inside the vacuum
chamber of the present two-color device, replacing the four plates
attached to the space frame that holds the optics for the present
interferometer, so that the two-color capability can be easily
recovered when required. The device shall be instrumented with
piezo-electric translators (or other suitable equipment) to accurately
set the initial phase prior to shots and to vary the phase over
several waves for calibration purposes. The initial phase settings of
the eight-interferometer channels shall be controlled by feedback
circuits to remain within a specified 0.1-wave range or less, as
appropriate for the measurements. When all channels are within the
appropriate range, a trigger signal shall be provided to initiate the
event to be probed. Photodiode detectors configured to subtract the
common mode shall be provided for each channel. The present
interferometer uses EG&G SGD-444 photodiodes biased using batteries.
NRL has preamplifiers (5x or 25x gain, Stanford Research Systems
SR445), digitizers and data analysis software for the purpose of
recording and analyzing the signals. The contractor shall be
responsible for modification of the current interferometer to include
but not limited to; 1) providing one 532-nm laser, 2) providing four,
-inch thick aluminum plates with attached optics appropriate for the
multi-chord interferometer and 3) providing complete installation,
integration and testing to ensure delivery of a fully functional
system. This procurement has an expected price range of $100,000 to
$200,000. Offerors may propose fewer than eight beams to satisfy this
cost limitation, however, the capability to increase the number of
beams to (at least) eight by adding additional components is required
and documentation to accomplish the eight-beam system is required. The
desired delivery for item 0001-Multi-Chord High Sensitivity
Interferometer is 9 months after contract award and partial delivery
may be acceptable. The required delivery is one year. The articles to
be furnished hereunder shall be delivered FOB destination to the Naval
Research Laboratory, Washington, D.C. 20375-5320. The solicitation and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-14 and for Defense Acquisition Supplement
91-13. The Far and DFARS provisions and clauses are hereby incorporated
by reference. For full text of FAR and DFARS provisions and clauses see
http://farsite.hill.af.mil/. Offerors are advised to propose in
accordance with the provision at FAR 52.212-1, Instructions to Offerors
-- Commercial Items. Offerors are advised to include with their offer
a completed copy of the following provisions: FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, DFARS
252.212-7000 Offeror Representations and Certifications Commercial
Items and DFARS 252.225-7000, Buy American Act Balance of Payments
Program Certificate. Offerors will be evaluated inaccordance with FAR
52.212-2, Evaluation -- Commercial Items. The specific evaluation
criteria under paragraph (a) of FAR 52.212-2 is: (1) technical
capability of the item offered to meet the Governments minimum needs
based on examination of product literature or technical approach
narrative, (2) Past Performance [see FAR 52.212-1(b)(10)] and (3)
Price. Technical capability and past performance, when combined are of
greater importance compared to price. The following FAR clauses apply
to this acquisition: FAR 52.212-4, Contract Terms and Conditions --
Commercial Items and FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statues or Executive Orders -- Commercial Items.
The additional clauses cited under FAR 52.212-5 that are applicable to
this acquisition are: FAR 52.203-6 Alt I, FAR 52.203-10, FAR 52.219-4,
FAR 52.219-8, FAR 52.219-14, FAR 52.222-26, FAR 52.222-35, FAR
52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR 52.232-33. The clause
at DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes Applicable to Defense Acquisitions of Commercial
Items, applies to this acquisition. The additional clauses cited under
DFARS 252.212-7001 that are applicable to this acquisition are: DFARS
252.225-7001, 252.225-7012, 252.227-7015,252.227-7037 and
252.233-7000. Any Contract awarded as a result of this solicitation
will be rated DO order certified for national defense use under the
Defense Priorities and Allocations System (DPAS)(15 CFR 700), and the
Contractor will be required to follow all of the requirements of this
regulation. Offers must be delivered to Procuring Contracting Officer
Code 3250:EJS, Naval Research Laboratory, Department of the Navy,
Stennis Space Center, MS 39529-5004 and received no later than 4:00
p.m. C.S.T. February 11, 2000. The package should be marked: RFP
N00173-00-R-SE02, Closing Date:02/11/00. For information regarding this
solicitation contact Eric Sogard, Contract Specialist, at
(228)688-5980. This requirement is a 100% set-aside for small business
(SB) concerns. All responsible sources responding to this solicitation
will be considered. Posted 01/20/00 (W-SN417281). (0020) Loren Data Corp. http://www.ld.com (SYN# 0143 20000124\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|