|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1997 PSA#1924Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- ULTRA-HIGH BRIGHTNESS LASER DIODE ARRAYS SOL F29601-95-C-0035 DUE
091797 POC DOROTHY D. BLACK, Contract Specialist, PL/PKLB, (505)
846-4417 Point of Contact Ms. Dorothy D. Black, Contract Specialist,
505/846-4417. The Phillips Laboratory, Directorate of Contracting,
Kirtland AFB, New Mexico on behalf of the Phillips Laboratory Lasers
and Imaging Directorate, Semiconductor Lasers Branch, intends to award
a source modification to contract F29601-95-C-0035 awarded to SDL,
Inc. for the following described effort based on technology developed
and demonstrated by SDL under previous Small Business Innovative
Research Program (SBIR) contracts. BACKGROUND: The Semiconductor Lasers
Branch has a charter to develop semiconductor lasers, both single
emitters and arrays. The purpose of developing high-power,
high-brightness pumps is to provide enhanced capability and flexibility
in producing low-cost solutions to current deficiencies. OBJECTIVE: The
objective of this effort is to produce three high-brightness diode
arrays. The arrays shall be designed to meet the following
specifications: 1) The center wavelength of the arrays shall be 915 nm
3 nm and the bandwidth of the arrays shall be 3 nm. 2) The minimum
output power shall be 60 W cw with a goal of 80 W cw. 3) The lateral
divergence shall be 0.8o FW measured at the 1/e2 intensity point, the
vertical divergence shall be 0.8o FW measured at the 1/e2 intensity
point. 4) The emitting aperture shall not exceed 1 cm on a side. 5) The
arrays shall be water cooled. 6) Each array shall be packaged to
include a power supply, chiller, and water connections for a complete
self-contained unit. 7) The arrays shall be set up and demonstrated by
the contractor at the Phillips Lab. 8) Documentation on system
performance and operating procedures shall be required. 9) The delivery
of these arrays shall be not later than 5 months after contract award.
Acceptance and verification of specifications shall be performed by
Phillips Laboratory personnel. The Government possesses SBIR or
Government Purpose Data Rights to this technology, thus a Statement of
Work is not available unless those rights expire and convert to
unlimitedgovernment rights. A contract modification will be awarded SDL
provided other sources cannot furnish the services at more favorable
terms. Respondents are required to provide a statement of capability
concerning their ability to develop/deliver the above Diode Arrays
within the five (5) months performance period in order for the project
office to make a determination that the requirements can be met. The
statement (s) of capability shall contain pertinent and specific
information addressing the following areas: (1) Experience: An outline
of previous projects, specific work previously performed or being
performed and any in-house, research and development effort relevant to
the specific development specs of this effort, (2) Personnel: Name,
professional qualifications and specific experience of scientific,
engineering and program management personnel who might be assigned to
work in areas of the subject effort, (3) Facilities: Availability and
description of special facilities required to perform in the technical
areas under consideration, responses are limited to a total of (15)
fifteen pages including program plan, resumes, attachments, diagrams,
etc. Any responses not addressing all requirements will be rejected.
Submit responses to Ms. Dorothy D. Black, PL/PKLB, 2251 Maxwell Ave SE,
Kirtland AFB, NM 87117-5773, no later than fifteen (15) calendar days
after the day of this announcement by 3:00 PM, Mountain Daylight Time.
The proposed contract action is for supplies or services for which the
Government intends to solicit and negotiate with only one source under
authority FAR 6.302-1(b)(2). This notice of intent is not a request
for competitive proposals. However, all proposals received within
thirty days (30) after day of publication of this synopsis will be
considered by the Government. The determination of the Government not
to compete this proposed contract based upon the responses to this
notice is solely within the discretion of the Government. Information
received will be considered solely for the purpose of determining
whether to conduct a competitive procurement. Foreign firms are advised
there are no restrictions to participate as a possible prime
contractor. Firms responding are to indicate whether they are or not a
Small Business, a Small Disadvantaged Business, a Woman-Owned
Business, a historically Black college or university, a minority
institution, an 8 (a) firm, an intra-government organization, a Large
Business, or an education's/nonprofit organization. To be considered a
Small Business, the following applies: SIC Code 8731, Size Standard
1,000 employees. An Ombudsman has been appointed to hear concerns from
offeror of potential offerors, primarily during the proposal
development phase of this negotiated acquisition. The purpose of the
Ombudsman is not to diminish the authority of the Program Director or
Contracting Officer, or to communicate contractor concerns, issues
disagreements, and recommendations to the appropriate government
personnel in the pre-proposal phase of competitive, negotiate
acquisitions. Before contacting the Ombudsman, potential offerors
should first communicate to the Contracting officer. In those instances
where offerors cannot obtain resolution from the Contracting Officer,
they are invited to contact the Ombudsman at the Phillips Operating
Location of the Air Force Research Laboratory (AFRL), Mr. Bruce
Grunsten, Chief, Mission Support Division (PL/PKM), at (505) 846-8273,
or at 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. For
contracting issues please contact Ms. Dorothy D. Black, Contract
Specialist at (505) 846-4417. For technical issues, please contact
Capt. Mike Gregg, Project Manager at (505) 846-8992. (0245) Loren Data Corp. http://www.ld.com (SYN# 0012 19970905\A-0012.SOL)
A - Research and Development Index Page
|
|