Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1997 PSA#1924

Phillips 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