DOCUMENT
58 -- Ti: Sapphire Laser System - Reps and Certs Addendum
- Notice Date
- 7/8/2008
- Notice Type
- Reps and Certs Addendum
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-08-R-0040
- Archive Date
- 8/5/2008
- Point of Contact
- Robert Gigliotti,, Phone: 315-330-2205
- E-Mail Address
-
robert.gigliotti@rl.af.mil
- Small Business Set-Aside
- N/A
- 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments or other information pertaining to this solicitation. Solicitation FA8751-08-R-0040 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080513. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted with regard to business size standard. For reference, the NAICS code is 334413 and the small business size standard is 500 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Ti: Sapphire Laser System Quantity: 1 Note: Laser price must include installation and testing to verify the laser is functioning correctly and meets the following specifications. Specifications: Pump Laser •Compact, operates on 110 V (<20 A) single phase power •Diode pumped solid state (DPSS) CW laser •DPSS laser must be an X-cavity neodymium yttrium vanadate laser crystal (Nd:YVO4) and must include all optics, the frequency-doubling crystal, and the output beam telescope. •Average output power: ≥8 W at 532 nm •Spatial mode: TEM00 with an M2 of <1.1 •optical noise level: ≤ 0.04% rms (10 Hz to 0.1 GHz) •Beam divergence: ≤0.5 mrad full angle •Polarization: >100:1 vertical •Power Stability: ±1% •Beam Pointing Stability: ≤2 µrad/°C •Noise: <0.04%rms •Boresight toleranc: nearfield ±0.25 mm and farfield < 3 mrad •Laser must be pumped with diode bars with at least a 2 year/unlimited hours warranty Ti:Sapphire Laser •Laser must be capable of continuous tuning from 700-1000 nm. •Laser must be configured for femtosecond pulse operation and be able to fully compensate for group velocity dispersion (GVD) to produce pulses with zero chirp. •Laser must include enough optics sets for minimum specified operation as follows: (850 nm spec.): < 100 fs pulse duration > 900 mW average power (790 nm spec.): < 100 fs pulse duration > 1100 mW average power (720 nm spec.): < 130 fs pulse duration > 500 mW average power •Minimum specifications at peak Ti:Sapphire wavelength of 790 nm o Peak power > 134 kW o Pulse Energy ≥13 nJ •System must be vendor upgradable to >2.0 W average power specification at 790 nm •Optical noise: < 0.5% rms 10 Hz to 2 MHz •Power Stability: < 5% drift over any 2 hour period, given +/- 2oC temperature change after 1 hr warm-up •Spatial Mode: TEM00 with an M2 of <1.2 •Beam Diameter: < 2 mm •Beam Divergence: < 0.6 mrad full angle •Polarization: > 500:1 vertical •Repetition frequency: between 60 and 100 MHz •System must be vendor upgradable and capable of being specified for pulse durations from <50 fs to 80 ps by adding and/or replacing the appropriate components •System must include compact 110 V single phase (<20 A) Laser chiller for constant temperature control of Ti:Sapphire rod and long-term stability. •All optical cavity components shall be mounted to an Invar core for superior pulse-to-pulse and long-term stability and sustained optical cavity alignment integrity •Laser enclosure must be completely sealed including low loss Brewster windows on inputs and outputs to accommodate nitrogen purging for reduction of optical absorption and dust-free operation. •The Ti:Sapphire rod shall be mounted in a face-normal rotation orientation for maximized output in tuning and distortion-free beam quality. •System must incorporate regenerative mode-locking in order to initiate and maintain reliable mode-locked operation. This shall be actively mode-locked by use of an acousto-optic modulator, photodiode, and an electronics feedback loop. The active regenerative mode-locking shall ensure drop-out free operation of mode-locked pulses throughout the specified spectral and temporal tuning ranges. •System must have the capability to be synchronized to an external source with < 0.5 ps frequency jitter and maintain repetition frequency of pulses within +/- 1 Hz. •Vendor must offer accessories for 2nd, 3rd and 4th harmonic generation as well as optical parametric wavelength extension. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is No Later Than 16 weeks ARO. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors – Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM EST, Monday July 21, 2008. Submit to: AFRL/RIKO, Attn: Robert Gigliotti 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors are listed in descending order of importance: (i)Technical capability of the item offered to meet the Government requirement, (ii) Price, and (iii) past performance. All evaluation factors other than price, when combined, are approximately equal to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (June 2007). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) 252.225-7014 Preference for Domestic Specialty Metals (JUN 2005) DEVIATION 252.227-7015 Technical Data--Commercial Items (NOV 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) 252.211-7003, Item Identification and Valuation (JUN 2005) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17f39a3636fd9eedb7fe339478bdb393&tab=core&_cview=1)
- Document(s)
- Reps and Certs Addendum
- File Name: FA8751-08-R-0040 Reps and Certs Addendum (reps and certs addendum jul 08.doc)
- Link: https://www.fbo.gov//utils/view?id=e5fc0e814d20319ca21b25c0c5bfa6be
- Bytes: 32.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: FA8751-08-R-0040 Reps and Certs Addendum (reps and certs addendum jul 08.doc)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN01608855-W 20080710/080708221206-17f39a3636fd9eedb7fe339478bdb393 (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 |