|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS-
AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 66 -- INSTRUMENTS & LABORATORY EQUIPMENT SOL DAAL01-96-R-9870 DUE
031097 POC Reginald Godwin, Contract Specialist, (301) 394-3148,
Kathleen M. Tennant, Contracting Officer, (301) 394-3439. This is a
combined synopsis/solicitation for a commercial item 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; a proposal is being requested and a
written solicitation will not be issued. The solicitation number is
DAAL01-96-R-9870. This acquisition is issued as a request for proposal
(RFP). It is intended to award a contract to Lambda Physik, Inc., 3201
West Commerce Boulevard, Suite 110, Ft. Lauderdale, FL 33309, pursuant
to 10 U.S.C. 2304(c)(1). Market research has demonstrated that Lambda
Physik, Inc., is the only vendor capable of meeting the Government's
minimum needs. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-41. The associated Standard Industrial Classification Code (SIC) is
3829. The small business size standard is 500 employees. The following
is a list of the contract line item numbers and items, quantities and
units of measure. CLIN No. 0001, Provide an Excimer Laser System, 1 ea,
CLIN No. 0002, On-site Formal Training, 1 lot, Not Separately Priced.
Description of Requirements: The Army Research Laboratory (ARL) intends
to procure for an Excimer Laser System. The contractor shall provide an
excimer laser (LPX 305i -- F version) to be used for pulsed laser
deposition (PLD). The contractor shall provide on-site training for
three (3) Government personnel on the proper operating procedures and
maintenance requirements for the Excimer Laser System. The Excimer
Laser system shall have an achievable pulse energy of 1200 mJ/pulse at
248nm at a repetition rate of 5Hz or more and 650 mJ/pulse at 193nm at
a repetition rate of 5Hz or more. The maximum repetition rate shall be
40Hz or higher with an average power of 30W or more at 193nm and an
average power of 50W (@ >40Hz) at a lasing wavelength of 248nm. The
typical pulse to pulse energy stability shall be +/-3%. The typical
beam dimensions shall be 10mm x 30mm. The typical pulse width shall not
exceed 25ns FWHM. There shall be no plastic material in contact with
the corrosive halogen gas. The Thyratron shall not switch more than 26
kilovolts when meeting all specifications. The laser shall have a
control technology to minimize the current through the Thyratron tube.
The laser shall meet VDE standard 0877, Parts 1 and 2 for RF emission.
The contractor shall supply test data. The laser shall include
electrostatic gas processor in the internal gas reservoir flow system
to trap particulate from the discharge region. External trapping of the
particulate is unacceptable. The reservoir shall be made of extruded
aluminum without internal weld seals; no plated coatings should be
used. The average power at the maximum repetition rate shall exceed 80%
of the product of maximum pulse energy times maximum repetition rate.
The laser system shall have a fiber optic data transfer system to
transfer information from the laser to the contractor supplied control
computer system to avoid transmitting EMI from laser enclosure. All
optics shall be accessible externally (from the halogen container) for
cleaning and adjustment. The contacts between the laser gas and the
capacitors (coated or uncoated (shall be avoided to extend safety
requirements. The laser system shall also include a control computer,
halogen filters, vacuum pump, and slide valve window mounts standard.
The static or standing gas lifetimes shall be the following: <5%
drop in pulse energy per 24 hour period for XeF. This means far fewer
gas exchanges even when the laser is not in extensive use. With regards
for the halogen circulation fan, the coupling of the external fan motor
to the internal circulation fan shall employ a magnetic (shaftless)
mechanism in which the force on the fan is radial to the fan's axis;
this greatly reduces stress and wear on the fan bearings. Gas lifetimes
shall equal to 1.0 x 10 6 shots for KrF or 50% of the specific power
without cryogenic gas processor or computer stabilization. Lifetimes to
be measured as follows: (a) Laser will be filled with new gas fill; (b)
Laser will be operated at maximum specified average power; (c) Laser
will run continuously to the point where the power value (as measured
by a calibrated external power meter) is equal to half the initial
value. No window cleanings are permitted during the test; (d) The
number of pulses to half energy point shall not be less than 1.0 x 10
6. The contractor shall provide on-site training for three (3)
Government personnel on the proper operating procedures and maintenance
requirements for the Excimer Laser System and provide courtesy visits
towards the end of each year of the warranty. Travel expenses shall be
the responsibility of the contractor. Delivery shall not be made prior
to April 1997, unless agreed to by the Contracting Officer. The
contractor shall notify the Contracting officer at least 10 days prior
to delivery. Delivery shall be made to the Army Research Laboratory,
Aberdeen Proving Grounds, Aberdeen,Maryland. Acceptance shall be
performed at Army Research Laboratory, Aberdeen Proving Ground,
Maryland following a successful operation demonstration. The FOB point
is destination. The provision at 52.212-1, Instructions to Offerors --
Commercial, applies to this acquisition. The following addenda have
been attached to this provision: 52.211-6, 52.215-16, 52.215-41,
52.216-1 -- The Government contemplates award of a Firm Fixed Price
contract resulting from this solicitation, 52.233-2 -- Protests, as
defined in Section 33.101 of the Federal Acquisition Regulation, that
are filed directly with an agency, and copies of any protests that are
filed with the General Accounting Office or the General Services
Administration Board of Contract Appeals, shall be served on the
Contracting Officer (addressed as follows) by obtaining written and
dated acknowledgement of receipt from: Army Research Laboratory, ATTN:
Kathleen M. Tennant, AMSRL-CS-AL-PS, 2800 Powder Mill Road, Adelphi,
MD 20783-1197. In accordance with 52.215-41, the offeror shall submit,
with its offer, a copy of its catalog price list or information other
than cost or pricing data for determining reasonableness of the price
proposed. Funds are presently available for this acquisition. Although
this is a sole source procurement, firms interested in submitting a
proposal may do so, but must include all information required by this
synopsis, along with descriptive literature which clearly demonstrates
that the proposed items meets all/each of the requirements contained
herein. Failure to submit this information may result in the proposal
receiving no further consideration. Information must be submitted prior
to the offer due date/time. Responses must be made by the due date
stated below. Offerors shall include a completed copy of the provision
at FAR 52.212-3, Offeror Representations and Certifications --
Commercial Items, and DFARS 252.212-7000, Offeror Representations and
Certifications -- Commercial Items, with its offer. The following
addenda have been attached to these clauses: 52.215-11, 252.225-7006,
Contractor Establishment Code and, Commercial and Government Entity
Code. The clause at 52.212-4, Contract Terms and Conditions --
Commercial Items, applies to this acquisition. The following addenda
have been attached to this clause: 52.203-3, 52.211-5, 52.211-7,
52.211-15, 52.215-42, 52.225-11, 52.232-17, 52.237-2, 52.242-13,
52.247-34, 252.225-7008, 252.225-7009, 252.225-7025, 252.232-7006, and
252.212-7001 with the following applicable DFARS clauses contained
therein 252.225-7007, 252.225-7012, and 252.233-7000. The clause at
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items, applies to this acquisition.
The following additional FAR clauses cited in this clause are
applicable: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35,
52.222-36 and 52.222-37. The following additional contract
requirement(s) or terms and conditions apply: The contractor shall
provide their standard warranty to include parts and labor for a
minimum period of one (1) year from the date of Government acceptance;
and two (2) additional sets of stable optics. The acquisition is rated
under Defense Priorities and Allocations System (DPAS) as DO. See
Number 22 of the Commerce Business Daily. Offers are due on 12 March
1997, 2:00 pm, at the Army Research Laboratory, 2800 Powder Mill Road,
Adelphi, MD 20783-1197. For information regarding this solicitation,
please contact Reginald Godwin on (301) 394-3148. All responsible
sources may submit a bid or proposal which will be considered by the
Agency. No telephone requests will be honored. (0055) Loren Data Corp. http://www.ld.com (SYN# 0303 19970226\66-0002.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|