SOURCES SOUGHT
A -- HIGH ENERGY LASER OUTPUT WINDOW
- Notice Date
- 4/24/2008
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
- ZIP Code
- 87117
- Solicitation Number
- FA9451-08-R-0004
- Response Due
- 5/9/2008
- Point of Contact
- Caroline A Pultz,, Phone: 505 846 2240, Linda Buix,, Phone: 505-853-4654
- E-Mail Address
-
caroline.pultz@kirtland.af.mil, linda.buix@kirtland.af.mil
- Description
- The Advanced Pointer Tracker (APT) is a mobile 60 cm telescope system used for visible, short-wave and mid-wave imaging as well as for 1.04-1.06um high power laser beam propagation. The telescope output aperture is currently configured with a segmented ZnSe window or operated open to the atmosphere. The Air Force Research Laboratory, Directed Energy Directorate is seeking proposals for a 68 cm high purity monolithic window for installation on the output aperture of the telescope. AFRL is seeking information to determine if industry has the capability to build this window to the given requirements before committing funds. The 68cm exit window must provide an imaging capability from 0.6 microns to at least 3.5 microns and preferably through the 5.0 micron region. The window must maintain high hardness, high strength, durability, low bulk absorption, low scattering, and low change in index with respect to temperature change (dn/dT) at the 1.06 micron laser wavelength region. The figure of merit for this window is the maximum allowable optical distortion under the specified laser loading which combines the features of bulk absorption, CTE, dn/dT and thickness. The window must be suitable for polishing/coating and utilization in an outdoor environment. The maximum weight of the window is somewhat flexible and should be based on structural and optical distortion limitations of the proposed substrate considering it is mounted on dynamic beam director. Specific Requirements: Diameter: 68cm Clear Aperture: 65cm Maximum distortion introduced by transmission through window @ 1m: 1/5 wave P-V for 100W/cm2 loading for 30 seconds Surface Quality: 40/20 Bulk Absorption <100ppm/cm Transmission > 99.8 % for 1.06 m (2o AOI) Transmission > 90% average for all other wavelengths (0.6-3.5m or 0.6-5.0um) Laser Damage Threshold: >1kW/cm2 CW @ 1.06um Storage Environment: -23 to 55 degrees Centigrade (-9 to 131 degrees Fahrenheit) up to 100% humidity Operational Environment: -1 to 41 degrees Centigrade (30 to 106 degrees Fahrenheit) up to 80% humidity Environmental Test: Substrate and coating must be pass equivalent of MIL-C- 48497A for adhesion, humidity, moderate abrasion, temperature, solubility and cleanability and water solubility. Load: Structure must be crash worthy (9 g crash loads in one direction, 4 g sides, 3 g down), flight vibrations as cargo (1-3 g), transportation loads (3 g), etc. Businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should go forward. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience in design and fabrication of high-energy windows (2) Ability to design, fabricate, coat, and deliver, a window for reasonable cost and schedule. Interested businesses are requested to submit a Statement of Capabilities (SOC), electronically, within 15 calendar days of this announcement, substantiating each qualification described in the above number paragraphs for RFP FA9451-08-R-0004 to Det 8 AFRL/PKDL, Attn: Caroline Pultz, caroline.pultz@kirtland.af.mil, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117. Any responses received not addressing all the above requirements will be rejected. The SOC is limited to 5 pages, single-spaced, 12-point font, Times New Roman, excluding resumes and product brochures. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Submitted information shall be unclassified. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 333314 with a size standard of 500 employees. This is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. Potential offerors should refer contracting concerns to the Contracting Officer, Caroline Pultz, 505-846-2240, or Linda Buix, 505-853-4654, or refer technical concerns to the Project Officers, Mr. Patrick Saunders, 505-846-7679 and Steve Squires, 575-679-5122. The operations, research, and test data produced under resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan, 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/, for further information on certification and the approval process. Offerors are required to either submit a copy of the DLIS approved DD Form 2345 with their proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. Foreign firms are advised that they will NOT be allowed to participate as the prime contractor. Points of Contact Technical: Mr. Patrick Saunders, 505-846-7669, e-mail Patrick.saunders@kirtland.af.mil Mr. Steve Squires, 575-679-5122, e-mail steve.squires@us.army.mil Contracting: Caroline Pultz, 505-846-2240, e-mail caroline.pultz@kirtland.af.mil Linda Buix, 505-853-4654, e-mail linda.buix@kirtland.af.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e79a3af701ae48e910d5707dabcd215d&tab=core&_cview=1)
- Record
- SN01560355-W 20080426/080424220128-e79a3af701ae48e910d5707dabcd215d (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 |