Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2003 FBO #0646
SOLICITATION NOTICE

66 -- Stabilite 2017 with accessories

Notice Date
9/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Acquisitons Management Branch, PO Box 12874, Research Triangle Park, NC, 27709
 
ZIP Code
27709
 
Solicitation Number
DLR30261
 
Response Due
9/11/2003
 
Archive Date
9/11/2004
 
Point of Contact
Deitra Lunney, Contracting Officer, Phone 919 541-0387, Fax 919 541-5117,
 
E-Mail Address
lunney@niehs.nih.gov
 
Description
The National Institute of Environmental Health Sciences (NIEHS) intends to award a commercial sole source purchase order to Spectra-Physics Distribution, Mountain View, CA 94039, pursuant to 41 U.S.C.253(c)(1)--Only one responsible source and no other supplies or services will satisfy agency requirements. This request is for the purchase of one (1) each of the following: Stabilite 2017-AR, Model 2017-UV, 2-year Extended Warranty, Installation, and On-Site Training. The Spectra-Physics Stabilite 2017 Argon Ion Laser is needed to replace and upgrade a malfunctioning Spectra-Physics 164 Argon Ion Laser currently in use in the lab. This laser must function with the Uniblitz Shutters and IR laser spotting device from Prairie Technologies. The 2017 puts out more than 100 mW of output power in the UV range, which is required for local photolysis of the caged ligands used in the lab, with a beam diameter of less than 1.5 mm, and an optical noise of less than 0.5% rms. The resonator structure shall be of a coaxial Stabilite type utilizing the high thermal conductivity of brass in order to maintain stable beam pointing and power stability during operation. This configuration and helical flow of the cooling water create a "thermal short" that prevents thermal gradients, the major source of angular distortion thus less detuning of the laser and the attendant need for re-optimization of the mirrors either through automatic or manual intervention. Other capabilities include; (1) The system must be capable of computer control through an optional interface which allows both RS-232 and IEEE-488 communication, (2) a fritless Quartz-Metal seal must be used to join Brewster windows to their stem in order to eliminate contamination associated with adhesives, (3) brewster windows must be of crystalline quartz material in order to prolong UV performance and prevent color-center formation, (4) brewster windows must possess a refractive coating to prolong plasma tube lifetimes when running at high visible and ultraviolet power outputs, (5) the laser must incorporate an externally adjustable intracavity disc-wheel aperture for precise mode control (adjustable iris diaphragms are not acceptable), (6) an automatic gas fill system must be employed in order to maintain optimum gas pressure in the plasma tube without the need for manual intervention, (7) the cavity mirrors must be of the quick-change type utilizing bayonet style mounts thus allowing the user to change from single-line to multi-line operation while still maintaining lasing, (8) wavelength selective mirrors must be made available for enhanced mode-quality at high gain single wavelengths (this will allow the system to provide more effective usable power thereby allowing for system operation at lower currents to extend plasma tube and related component lifetimes), (9) the system must come complete with a full-function remote control with latching fault diagnostics, (10) the power supply shall incorporate modular Switched Resistor technology, which greatly reduces the number of transistors in the passbank to less than five (his provides an inherently more reliable design as it de-couples the requirement of the passbank resistors to both regulate electrical power and dissipate heat), (11) the power supply must stand no higher than 6 inches in order that it fit under optical tables and benches and accommodate rack mounting thus allowing for better use of laboratory floor space, (12) the power supply must have an integral EMI filter to eliminate line voltage noise, (13) the power supply must be designed in order to exceed the UL 1950 worldwide safety standard, FCC Class A and VDE 0871A conducted emissions standards, (14) the umbilical cord to the laser head must not carry any high voltage start pulses for safe operation of the system, and (15) the umbilical cord must not be able to be disconnected while the laser is operating but should be detachable for convenient relocation of the laser system. All responsible sources may respond by submitting a written narrative statement of capability within 10 days of date of notice to Dee Lunney at the above address for consideration by the agency. Response must include detailed technical information and other technical literature demonstrating the ability to meet these requirements. Responses shall also include itemized pricing that is sufficient to make a determination that competition is feasible. If no affirmative responses are received within 10 days of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Spetra-Physics Dist. The NAICS Code/Size is 334516/500EM. This procurement is to be processed using Simplified Acquisition Procedures. There is no solicitation package available. For any questions regarding this announcement, please contact Dee Lunney via email lunney@niehs.nih.gov.*****
 
Record
SN00421949-W 20030904/030903081839 (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 |
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.