Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
MODIFICATION

66 -- Optical Parametric Amplifier

Notice Date
8/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBB22193A002(ss)
 
Archive Date
8/30/2012
 
Point of Contact
Matthew J. Strange, Phone: 9372570997
 
E-Mail Address
matthew.strange@wpafb.af.mil
(matthew.strange@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT TO SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) This Sources Sought has been amended to update the list of requirements DUE DATE The Due Date is extended to 15 August The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing an optical parametric amplifier (OPA) with associated titanium sapphire oscillator and regenerative amplifier needed for spectroscopic characterization of optoelectronic components and devices spanning a wavelength range from the ultraviolet to the long wave infrared. Contractors responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Optical Parametric Amplifier: Required features, Ti:Sapphire Amplifier and Oscillator: - To be a computer controlled system in a single box [enclosure] - Utilities: All 110 Volt, single phase, - No external water shall be needed, saves on water consumption, reduces vibrations and Limits the amount of water leakage in case of an off-hours accident - The Ti:Sapphire amplifier with pump lasers, oscillator, stretcher and compressor are to be built on a single level enclosed base which is 28" x 48" in order to: - reduce possibilities of misalignment between the principle components leading to greater productivity - offer greater safety in handing high energy/peak power output - make the most efficient use of table space, using the 4 foot amplifier side along the short dimension of the 4 x 8 foot optical table - The Ti:Sapphire amplifier system shall have the output from the enclosure on the 2 foot side to make optimum use of limited table length. There is not space for turning the output beam from the long side outside of the enclosure - Adjustment free monolithic optical mounts must be used in the regenerative amplifier and the stretcher/compressor modules to enhance stability and prevent drift or mechanical creeping. - Timing delay generator must be a computer controlled digital timing box, which can be synchronized by the MHz signal from the seed laser. The advantage is that the 1 kHz amplifier system is always synchronized with the 80MHz oscillator. The output timing jitter of the optical pulse with respect to the 1 kHz trigger is <250ps. - The amplifier regenerative cavity must include only one intracavity Pockels cell to limit surface losses and dispersion effects, thus improving the overall system conversion efficiency and compressed pulse time bandwidth product. - The amplifier regenerative cavity Ti:Sapphire crystal must have normal incidence edges in order to greatly reduce beam aberrations and astigmatism. Crystal must be coated with proprietary designed high energy coatings to reduce internal reflections. Wedged rod do not provide optimal pump and resultant beam quality.. - Stretcher/compressor gratings must be on separate independent stages to allow for independent grating rotation. - A regenerative amplifier only design must be implemented to provide simplest design for alignment, best spatial mode quality and best beam pointing stability compared to multi-pass designs. Systems incorporating any "multi-pass" design are excluded because of the poorer mode, higher drift and resulting higher maintenance required. - Rod cooling assembly must completely cover Ti:Sapphire rod surface, except optically coated ends, with a cooling design that facilitates uniform cooling across the full circumference of the rod. This feature is important to long term mode structure and stability of the amplifier. - Computer controlled stabilization of the rod. - The baseplate[s] of the lasing systems are to be temperature stabilized which reduces sensitivity to environment changes [give greater stability and productivity] and a faster warm-up. - The system is to be computer controlled for easy integration into the laboratory environment - The amplifier compressor must be mounted on a motorized stage to allow pulse optimization without opening the system enclosure. - The system must have bandwidth collapse detection and relative power detectors. - The amplifier shall be capable of operating at 5 kHz as delivered but it is understood optimal 5 kHz specifications will require a subsequent field modification. - Amplifier shall use only 1 Pockels Cell within the regenerative amplifier to reduce materials dispersion [which affects pulse width] and enhance efficiency -System is to have and access port to mode-locked oscillator laser output. - The bandwidth of the seed laser is to be computer controlled and continuously variable form 10 to 60 nm. It is to be able to deliver transform limited pulses with appropriate bandwidth supporting 25 fs up to 80 fs. The use of slits or apertures with broad bandwidth pulses to restrict bandwidth does not achieve transform limited pulses. - Oscillator seed laser is to have active beam position stabilization - Oscillator output is to be 400 mW or greater to reduce ASE [noise] and provide sufficient power for oscillator -only experiments - The vendor is to have several factory trained employee service engineers within a short flight or half-day driving distance for support. - The oscillator laser is to incorporate diode-pumped lasers for both pump lasers. Diode pumped lasers [not OPSELs] are mature and very reliable products making a large contribution to consistent long term energy stability. Specifications from single box amplifier and optical parametric amplifier 1. Pulsed Solid-State Ti:Sapphire Amplifier Pump Laser, Performance and Capabilities: Wavelength 527nm Pulse Repetition Rate 1 kHz with capability of 5 kHz Pulse Energy >20mJ @ 1kHz Pulse Energy Stability <1% RMS over 8 hour period 2. Required Regenerative Amplifier with Stretcher and Compressor, Performance and Capabilities: Wavelength: 800 nm, or set between 790-810 nm Repetition rate: 1 kHz with capability to be pulsed at 5 kHz with 1 kHz cavity optics [i.e., optimized 5 kHz specifications are not anticipated from delivered system. Pulse Energy >3.5mJ Pulse Width < 100 fs at nominal 800nm wavelength Energy Stability < 0.5% RMS over 8 hour period Pulse to Pulse Stability Pulse-to-pulse stability: < +/- 1.5% peak to peak Pulse Repetition Rate 1kHz Spatial Mode Gaussian, TEM00 with M2 < 1.3. Pulse Contrast Ratio >1000:1 pre-pulse, >100:1 post-pulse Operating Range 20 degrees C +/- 5 degrees C 3. Required Optical Parametric Amplifier, Performance and Capabilities: Wavelength coverage - 290nm to 20,000nm (fundamental capable of 1160 to 2600nm) with computer control tuning and wavelength selection. Fundamental design is using white light continuum generation seeding. Output power - Greater than 220uJ (signal plus idler) with 1.0mJ input @ nominal 130fs. Energy scale is linear to 3.5mJ input. Polarization - linear Design configuration - For ease of operation and enhanced eye safety, we require that all optics for OPA operation (including harmonic generation, sum and difference frequency generation, beam conditioning, telescopes, wavelength separation elements and electronics) be housed in an enclosure. 4. System Installation - included Warranty - one year All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334515. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: matthew.strange@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Matthew Strange, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 p.m. Eastern Standard Time, 15 August, 2012. Direct all questions concerning this acquisition to Matthew Strange at matthew.strange@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBB22193A002(ss)/listing.html)
 
Place of Performance
Address: 2241 Avionics Circle, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02834902-W 20120812/120811000016-63469f7fac4010be0ed4064551d1b09c (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 |
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.