|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 58 -- DIODE LASER SOL 1-057-RFK.1081 DUE 071300 POC B. Terry Cobb,
Contract Specialist, Phone (757) 864-2129, Fax (757) 864-6966, Email
t.g.cobb@larc.nasa.gov -- Roberta I Hollifield, Contract Specialist,
Phone (757) 864-2521, Fax (757) 864-6131, Email
r.i.hollifield@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-057-RFK
.1081. E-MAIL: B. Terry Cobb, t.g.cobb@larc.nasa.gov. This notice is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP).
Specifications for Conduction Cooled QCW Laser Diode Arrays: 2 EACH The
laser diode arrays will be used to end pump Nd:YAG laser disks. The
arrays will be used in a research laboratory environment. The quasi-cw
laser diode arrays shall be a completely operational system consisting
of stacks of linear array bars with a micro lens mounted for each bar
to collimate the laser emission and having surface/s for conductive
cooling. Each quasi-cw array shall meet the following specifications:
A) The diode array bars must contain an aluminum-free active area. B)
The linear array will consist of 2 stacks of 30 bars each. The
separation of the 2 stacks will be 0.8mm. The bars of each stack shall
be mounted with a pitch of 0.8mm10.005mm. No 2 adjacent bars in the
array shall be unlit. C) The arrays shall each contain 60 bars on a
0.8mm pitch (bar spacing center to center). The emitting aperture of
the diode array shall be 23.2mm x 21 mm. D) Each bar shall be rated at
least 100 watts peak power (before lensing). E) The total peak power
output before lensing shall be at least 6000 watts and 4500 watts after
lensing. F) Beam divergence of the fast axis (perpendicular to the
active region) shall be less than or equal to 30. Slow axis divergence
(parallel to the active region) shall be 100. The collimating micro
lenses should be aligned parallel to the diode array bars with a high
degree of accuracy such that >95% of the laser power is captured in
a bucket the size of 2.2" at 3 feet from the diode array. The diode
array stack will be used with a lens duct whose transmission efficiency
drops sharply if the micro lenses are misaligned or tilted with respect
to the diode array bars. The micro lenses must be installed such that
the collimated output from each array is parallel in the near field. G)
The center wavelength of the array shall be 80713 nm at 200C heat sink
temperature for the specified pulse length of 200 microsecond, 10 Hz
repetition rate at full power. H) The spectral bandwidth of the array
shall be < 3 nm FWHM at full operating current. I) The electrical to
optical conversion efficiency with the collimating optics shall be
nominally 35%. J) The maximum pump current shall not exceed 120 Amperes
at full power operation. K) The array compliance voltage shall not
exceed 140 volts. L) The array threshold current shall not exceed 25
Amperes. M) Lifetime of the diode arrays shall be at least 1x109 pulses
guaranteed with no more than 5% degradation in laser output power when
operated at 200 microsec pulse width, 10 Hz repetition rate, and 200C
package temperature at full power. N) Laser bars shall be tested for
24hours at the average operating cycles, defined by the supplier,
before being combined into the array package to avoid infant mortality.
O) The diode array shall have 8" stranded leads. P) The vendor shall
include a data package, which shall contain the following: 1) Power
output as a function of current at specified pulse length of 200
microsec, 10Hz pulse repetition rate, and 200C heat sink temperature to
full power. 2) Voltage as a function of current at specified pulse
length of 200 microsec, 10Hz pulse repetition rate, and 200C heat sink
temperature to full power. 3) Spectral emission at specified pulse
length of 200 microsec, 10Hz pulse repetition rate, and 200C heat sink
temperature to full power. 4) A diagram showing array dimension,
electrical and conduction cooling interfaces. The provisions and
clauses in the RFQ are those in effect through FAC 97-18. The SIC code
and the small business size standard for this procurement are 3674 and
500, respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery to NASA/LARC is required within 90 days ARO. Delivery shall be
FOB Destination. The DPAS rating for this procurement is DO-C9.
Quotations for the items(s) described above are due by JULY 13, 2000,
no later than 4:00 PM local time and may be mailed, faxed, or emailed
to NASA/LaRC, Attn: Ms.Terry Cobb, M/S 126, 9 Langley Blvd., Bldg.
1195A, Room 214, Hampton, VA 23681; fax number 757-864-6966 and
include, solicitation number, FOB destination to this Center, proposed
delivery schedule, Cage Code, discount/payment terms, warranty
duration (if applicable), taxpayer identification number (TIN),
identification of any special commercial terms, and be signed by an
authorized company representative. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html
tosubmit a quotation. Quoters shall provide the information required by
FAR 52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84. FAR
52.212-5 is applicable and the following identified clauses are
incorporated by reference. 52.222-3, 52.233-3, 52.203-6, 52.222-21,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-34,
52.225-13, 52.219-8, 52.219-9. The FAR may be obtained via the Internet
at URL: http://www.arnet.gov/far/ The NFS may be obtained via the
Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted via email no later than
JULY 6, 2000. Phone calls will not be accepted. Award will be based
upon overall best value to the Government, with consideration given to
the factors of proposed technical merits, price and past performance;
other critical requirements (i.e., delivery) if so stated in the RFQ
will also be considered. Unless otherwise stated in the solicitation,
for selection purposes, technical, price and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer (see FAR
52.212-1(b). Quoters must provide copies of the provision at 52.212-3,
Offeror Representation and Certifications -- Commercial Items with
their quote. See above for where to obtain copies of the form via the
Internet. An ombudsman has been appointed -- See NASA Specific Note
"B". It is the quoter's responsibility to monitor the following
Internet site for the release of amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential
quoters will be responsible for downloading their own copy of this
combination synopsis/solicitation and amendments (if any). Note:
**Advance Payments are not authorized. **Quoters must provide past
performance/references along with their quote;include company name,
POC, and telephone number. **If the quoter can send literature this
will help in the evaluation process. Posted 06/28/00 (D-SN469276).
(0180) Loren Data Corp. http://www.ld.com (SYN# 0161 20000630\58-0004.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|