SOLICITATION NOTICE
66 -- Nd: YAG Pump Laser and Optical Parametric Oscillator
- Notice Date
- 8/7/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
- ZIP Code
- 32542-6810
- Solicitation Number
- Reference-Number-F08630-03-C-0227
- Response Due
- 9/6/2003
- Archive Date
- 9/7/2003
- Point of Contact
- Donna Moran, Contract Specialist, Phone (850)882-4294 x 3414, Fax (850)882-9599, - Randall Culpepper, Contracting Officer, Phone (850)882-4294 x 3428, Fax (850)882-9599,
- E-Mail Address
-
donna.moran@eglin.af.mil, randall.culpepper@eglin.af.mil
- Description
- The Air Force Research Laboratory (AFRL), Munitions Directorate, Ordnance Division, Energetic Materials Branch (MNME) seeks commercial quotations for a highly-specialized pulsed-laser spectroscopic diagnostic system. The following paragraphs explain the minimum technical specifications/requirements for the tunable excitation laser component of this system, consisting of a Nd:YAG pump laser and a wavelength-tunable Optical Parametric Oscillator (OPO). Basic Configuration: In this paragraph, system components to be provided by the vendor are discussed. Those to be provided by AFRL/MNME are identified as “government furnished equipment (GFE).” The GFE will not be made available to the vendor for testing. The output of a Nd:YAG pump laser will be used to drive a wavelength-tunable Optical Parametric Oscillator (OPO) with both items residing on an optical table (GFE). Vendor will provide any internal or external beam steering optics required to redirect the Nd:YAG output for a secondary function (relay imaging focusing onto a target; these relay imaging optics and the target are GFE) without mechanical displacement of either the Nd:YAG pump laser or the OPO. Sufficient internal or external beam dumps will be provided for safe operation of the system. Vendor will supply any interface computer card required for communication between the laser system’s electronic control unit and an IBM-compatible personal computer (GFE). This computer will run a Windows 2000 compatible software package to control the function of, and collect output wavelength and other performance data from the laser system. The system will include all power supplies, power cables, and control cables required for operation with any combination of the following electrical services: 208 VAC three phase, 30 amp, 60 Hz; 240 VAC single phase, 40 amp, 60 Hz; 110 VAC single phase, 20 amp, 60 Hz operation. Mechanical Dimensions: Vendor will include a mechanical sketch of the entire system with correct external dimensions and relative component placements in their quotation. The Nd:YAG laser, OPO, and beam steering optics must fit onto a 4 foot x 10 foot section of the optical table. Free space within this 4x10 foot section will be reserved for the GFE relay imaging optical system, which is proposed to occupy a 6 inch wide by 12 inch tall corridor extending straight out along the Nd:YAG fundamental output port; functionally equivalent alternative placements of these relay imaging optics proposed by the Vendor will also be considered. Due to extreme lab space limitations smaller power supplies (shorter than 30 inches) capable of fitting underneath the optical table are desirable. Anticipated Environmental Variations: The laser system will be required to operate in a laboratory environment with poor temperature and humidity control. Typical temperature variations during working hours can cover a 6 degree Celcius (°C) range, with occasional variations over a 10 °C range also possible. Vendor will clearly state the temperature ranges over which the following System Performance and Warranty requirements will be met. Vendor is invited to describe any special design or manufacturing considerations for their system which may mitigate against potential problems caused by the anticipated environmental variations. System Performance: Vendor will provide “typical” test data from previously manufactured laser systems for all of the following technical requirements for the purpose of source selection. Vendor will provide actual test data from the laser system built for AFRL/MNME for all of the following performance requirements as a deliverable. The Nd:YAG laser will operate at 10 Hz and will provide at least 1.5 Joules per pulse at the 1064 nanometer (nm) fundamental for the secondary function; higher pulse energies are desirable. Short-term 1064 nm pulse energy variations will not exceed ± 3 % for 99 % of the pulses over any 1 hour period. Long-term (8 hour) average 1064 nm pulse energy drift will not exceed ± 3 %. Duration of the 1064 nm pulse must fall within the 5 to 10 nanosecond (ns) range. Timing jitter between the 1064 nm pulse and an externally accessible TTL trigger output signal must not exceed ± 1 ns. The 1064 nm laser linewidth will not exceed 0.003 reciprocal-centimeters (cm-1). The 1064 nm beam near field intensity spatial profile will approximate as closely as possible a “top hat” or “flat top” distribution (essential for the secondary application), with over 99 % of the beam energy contained within a 1 cm radius from the beam center. The pointing stability of the 355 nm OPO pump beam will not exceed ± 30 micro-radians. The OPO will provide tunable output covering the 450 nm to 1700 nm wavelength range; a small tuning gap near 710 nm is acceptable, but the absence of such a gap is preferred. Vendor is invited to propose a wavelength extension option to provide for tunable output into the ultraviolet spectral region. The OPO will provide pulse energies of at least: 50 milli-Joules (mJ) at 500 nm, 50 mJ at 600 nm, 30 mJ at 800 nm, 10 mJ at 1000 nm, and 5 mJ at 1600 nm. Short-term OPO pulse energy variations will not exceed ± 10 % for 99 % of the pulses over any 1 hour period. Long-term (8 hour) average OPO pulse energy drift will not exceed ± 10 %. Duration of the OPO pulse must not exceed 10 ns. Timing jitter between the OPO pulse and an externally accessible TTL trigger output signal must not exceed ± 2 ns. The OPO linewidth must not exceed 0.08 cm-1 throughout the tuning range. The diameter of the OPO beam (99 % beam energy) will not exceed 1 cm. The divergence of the OPO beam will not exceed 2 milli-radians. Hardware/Software Manuals: Vendor will include pricing for all technical manuals necessary to operate the proposed hardware and software. Serviceability and Warranty: Vendor is invited to describe any special design or manufacturing considerations for their system which may reduce or eliminate the need for on-site service visits. Vendor will clearly describe which parts are covered under the standard Warranty, the duration of the standard Warranty, and their estimated daily labor rate for an on-site service visit. Vendor is invited to propose as an option an extended Warranty plan which will cover all parts, labor, and travel charges for a limited time period. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written request for quotation will not be issued. The reference number for this acquisition is F08630-03-C-0227. The government estimate for this procurement is $240,000.00. This solicitation has incorporated provisions and clauses in effect through Federal Acquisition Circular 2001-09. The North American Industry Classification System (NAICS) for this acquisition is 334515. Please identify whether you are a small or large business based upon this NAICS; small business size standard: 500 employees. This system must be delivered to the Air Force Research Laboratory Munitions Directorate no later than 1 month after receipt of order on an FOB Destination basis. The following FAR and DFAR Clauses apply to the Synopsis/Solicitation and any subsequent award: 52.212-1 (OCT 2000), Instructions to Offerors Commercial; 52.212-2 (JAN 1999), Evaluation - Commercial Items (Evaluation will be based on (i) technical capability of the item offered to meet the Government requirement; and (ii) price); 52.212-3 (JUL 2002), Offeror Representations and Certifications - Commercial Items (Offerors must submit a completed copy with their offer); you can contact Randall Culpepper, Contracting Officer for an electronic copy of the representations and certifications, 52.212-4 (FEB 2002), Contract Terms and Conditions - Commercial Items; 52.212-5 (MAY 2002), Contract Terms and Conditions required to implement statutes of executive Orders - Commercial Items; 52.247-34 (NOV 1991), F.O.B. Destination; 252.204-7004 (NOV 2001), Required Central Contractor Registration (CCR), 252.212-7000 (NOV 1995), Offeror Certifications and Representations - Commercial, 252.212-7001 (JUL 2002), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. To view the clauses in full text, visit http://farsite.hill.af.mil. Quotations must be submitted NLT 4:00 p.m. CST on 06 SEP 2003. The required format for submission of quotations is at the discretion of the offeror. Vendors must be approved and registered in Central Contractor Registration (http://www.ccr.gov/index.cfm) before award can be made. All responsible sources may submit a response which, if timely received, will be considered by the agency. Send all quotations to Air Force Research Laboratory Munitions Directorate Contracting Division, AFRL/MNK, Attn: Donna Moran, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810, or by email at randall.culpepper@eglin.af.mil. Put the reference number on the outside of the package.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLERS/Reference-Number-F08630-03-C-0227/listing.html)
- Place of Performance
- Address: Eglin AFB, FL
- Zip Code: 32542
- Country: United States
- Zip Code: 32542
- Record
- SN00395732-F 20030809/030807223648 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |