Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790

Army 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