SOLICITATION NOTICE
66 -- One hands free sapphire laser and one Q-switched UV laser
- Notice Date
- 8/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Division of Research Acquisition, 6100 Executive Boulevard, Room 6E01, MSC 7540, Bethesda, MD, 20892-7540, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NIHOD2007017
- Response Due
- 8/28/2007
- Description
- This 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; proposals are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-18 are incorporated. Solicitation number NIHOD2007017 is being issued as a request for quotation (RFQ). There are no small business set-aside restrictions for this requirement. The North American Industrial Classification System (NAICS) code is 334516 with a size standard of 500 employees. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions in FAR Part 13. The National Institute on Deafness and Other Communication Disorders (NIDCD) intends to purchase the following items: One multi-photon, excitation laser, brand name or equivalent, Coherent Laser Group Chameleon System, Ultra II, 80 MHz, Hands Free Sapphire Laser; One Q-switched UV laser, brand name or equivalent, Coherent Laser Group Avia Ultra -355-2000S with Shutter laser. Separate quotations must be issued for each item. The Multi-photon, excitation laser will be used for two-photon laser scanning fluorescence excitation and must meet the following equivalent specifications: System must output > 3.3 W at 800 nm, and > 2.0 W at 900 nm System must give tuning range of 680-1080nm. System must have a tuning speed of greater than 40nm/sec. System must have a specified pulse width of 140fSec. System must have active feedback that continuously and automatically optimizes the output power and pulse width at all wavelengths. System must have an integral spectrometer with USB interface to measure pulse bandwidth in real time. System must have an integral single-frequency pump laser. System must deliver a round (ellipticity of 0.9 to 1.1) and non-astigmatic (astigmatism <10%) beam. Upon request, vendor must be able to supply engineering data on up to 10 systems showing measurements of beam ellipticity and astigmatism. System installation with existing equipment will be required. The Q-switched UV laser will be used in a laboratory requiring quasi continuous wave laser providing UV power for uncaging experiments and must meet the following equivalent specifications: Provide up to 2 Watts q-switched (pulsed) operation at 355 nm. Future experiments may require higher average powers ? the technology should be scalable to 20 Watts 355 in the current technology platform. Background SHG and IR fundamental will be dichroically suppressed for eye safe operation. Diode pumping technology will be fiber coupled to the head to allow for end user replacement, eliminating down time from factory repair of direct-coupled designs. Fiber coupling will be solid core design to provide best pump mode for longest life and lowest cost of operation. Amplitude noise shot to shot to be demonstrated on representative models at 2% rms and specified at < 5% rms. Extra-cavity SHG and THG design required providing an external beam diameter of >2mm for reduced fluence on expensive microscope optics for lowest cost of operation to the lab budget. Optical design to be of permanent nature and insensitive lab to environmental changes from 10-35C. For experimental needs of bursts of pulses in timescales of msec to seconds at about 300 Hz rep rate, a range of fulence controls are required to minimize operating costs and optical damage including: Automatic compensation of cavity for rep rate changes. First pulse suppression to eliminate damaging super-pulses on startup. Direct TTL control of both pulse rep rate from a single TTL input for both external gate mode at fixed rep rate controllable by both RS232 and front panel user setting. Direct TTL external triggering of laser for custom pulse sequences. System installation with existing equipment will be required. The name brand items offered by the vendor must satisfy the technical requirements listed in the scope of this requirement. Evaluation Criteria: The Contracting Officer will make a best value decision based on, in order of precedence, Price; Technical Description of the item(s) offered (or brand named item) to meet the Government?s requirement to include a detailed side-by-side comparison of the salient characteristics and other performance standards of the proposed equivalent alternative (see FAR 52.211-6); and Past Performance. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors must obtain a copy of these provisions and submit a completed copy with their offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Full text of any solicitation provision or clause may be accessed electronically at http://www.arnet.gov./far This shall be a single award, FOB destination, with delivery to the National Institutes of Health, Building 50, Bethesda, Maryland, 20814. All items shall be delivered within 90 days of acceptance. Quotations must be received no later than fifteen (15) business days from August 8, 2007, the date of this announcement, and are due by 2:00 pm EST, August 29, 2007. All responsible sources may submit a quotation which shall be considered by the agency. Quotations will be accepted electronically and should be emailed to Cyrush@od.nih.gov or sent in writing to: (a) If mailing through US Postal Service; Howard Cyrus, Office of Acquisitions/OLAO/OA, National Institutes of Health, 6100 Executive Blvd. Room 6E01 MSC 7540, Bethesda, MD, 20892-7540; (b) If hand delivered or courier service (FedEx, UPS, etc.); Howard Cyrus, Office of Acquisitions/OLAO/OA, National Institutes of Health, 6100 Executive Blvd. Room 6E01, Rockville, MD 20852. Questions can be emailed to Cyrush@od.nih.gov or faxed to the attention of Howard Cyrus at 301-402-0178 no later than August 28, 2007.
- Place of Performance
- Address: 50 South Drive, Bethesda, MD
- Zip Code: 20814
- Country: UNITED STATES
- Zip Code: 20814
- Record
- SN01364217-W 20070809/070807220511 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |