Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOLICITATION NOTICE

66 -- Minilite II Q-switched Nd:YAG Laser Platform

Notice Date
9/9/2020 6:45:23 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0054
 
Response Due
9/23/2020 9:00:00 AM
 
Archive Date
10/08/2020
 
Point of Contact
Ashley Ellinger
 
E-Mail Address
ashley.ellinger@us.af.mil
(ashley.ellinger@us.af.mil)
 
Description
This is a Notice of Proposed Contract Action under the FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 334516 with a small business size standard of 1,000 employees. AFRL requires a Minilite II Q-switched Neodymium-doped Yttrium Aluminum Garnet, (Nd:YAG) laser platform for ion trapping labs to produce radioactive barium ions confined in an ion trap. The Government intends to negotiate a sole source contract with:��� Continuum Electro-Optics Inc. 532 Gibraltar Drive Milpitas, CA 95035 The Government has determined that no other source has commercial offerings that can meet this requirement. The Government requires the following: Part Number: Minilite II Quantity: 1 Description: Q-Switched Nd:YAG Laser: Oscillator / 1-15 Hz, 1064 nm; includes variable attenuator and mounting feet (3), to include: Laser Water chiller for laser cooling Control unit for triggering laser pulse 1064 nm to 532 nm conversion optics kit option (See CLIN 0002) Characteristics: Must be hand triggered and triggered via TTL logic Adjustable repetition rate Adjustable output power Shutter that can be closed Specifications: Wavelength: 1064 nm (fundamental); 532 nm (with MD SHG kit installed) Output power per pulse: 50 mJ at 1064 nm 25 mJ max power at 532 nm Repetition rate: 1-15 Hz Pulse duration (must be between 1-10 ns): 5-7 ns at 1064 nm 3-5 ns at 532 nm Linewidth: 1 cm-1 Divergence: <3 mrad Beam Diameter: 3 mm Jitter with respect to external trigger: � 0.5 nsec TTL logic: must produce a laser pulse with less than 1 microsecond jitter after receiving logical trigger pulse Energy Stability: �0.6 % at 1064 nm �1.0 % at 532 nm Part Number: MD Quantity: 1 Description: Second harmonic generator, comes with separation optics; ships installed in the laser Specifications: Output power per pulse: tunable up to at least 5 mJ at 532 nm (25 mJ max power, per the spec sheet) Wavelength (after doubling): 532 nm Installed into the main laser housing prior to shipment Continuum is the only known manufacturer with the above identified specifications, necessary for the ion trapping lab to produce radioactive barium ions confined in an ion trap. This system has been proven to satisfy requirements, as evidenced in multiple publications in the industry. If this system is not procured, there will be a degradation of future experiments of the lab, and non-procurement will cause the inability of the Government to meet yearly milestones. The time investment in the barium ion trapping program exceeds years by PhD-trained scientists and is part of a system, with a significant cost investment. Additionally, Continuum as the manufacturer can provide the warranty on the items. This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to Ashley.Ellinger@us.af.mil. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 30 September 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/906c18c10e08466a8a091353226cd2b1/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN05791993-F 20200911/200909230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.