Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

ULTRAVIOLET DIODE PUMPED SOLID STATE LASER


Synopsis/Solicitation Combo - Aug 27, 2004
Amendment 01 - Posted on Sep 10, 2004

General Information
Solicitation Number: NNC04076073Q
Posted Date: Aug 27, 2004
FedBizOpps Posted Date: Aug 27, 2004
Original Response Date: Sep 08, 2004
Current Response Date: Sep 17, 2004
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
This notice is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued.

This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13.

This notice is being issued as a Request for Quotations (RFQ) for an ultraviolet diode pumped solid state laser

Background:

The NASA Glenn Research Center (GRC) is developing quantum sensing and communications technologies that require an ultraviolet (UV) diode pumped solid state (DPSS) laser. The UV DPSS laser will be used to pump a non-linear crystal to generate spontaneous parametric down-conversion (SPDC) photons. The preferably continuous wave (CW) laser (although a Q-switched (QS) kilohertz repetition rate laser is also acceptable) operating in a third-harmonic output mode with laser emission near 350 nm (either 351 nm or 355 nm) will excite a non-linear crystal such as beta-barium-borate (BBO) to produce two daughter photons whose sum frequency is equal to the frequency of the pump photon. The daughter photons produced by the SPDC process have unique properties that permit them to be used to advantage in the area of quantum sensing and/or communications.

Specifications:

The diode pump solid-state laser shall meet the following specifications:

1. Type of laser: The Diode-pumped solid-state laser shall be either a Nd:YAG, or Nd:YVO4, or Nd:YLF laser medium, with third harmonic generation.

2. Mode of laser operation: The laser operation shall have a continuous wave (CW) or Actively Q-switched with variable rep rate.

3. Required output wavelength: The wavelength shall be 351 nm or 355 nm with wavelength stability better than 0.5 nm over 2 hour period.

4. Output power: The minimum output shall be100 mW with less than 10% pulse-to-pulse energy fluctuations. If Q-Switched, the repetition rate shall be controllable from DC to 5 kHz. Maximum pulse length shall be 5 ns. If CW, output power fluctuations shall be less than 2% amplitude noise (RMS) over 4 hr period.

5. Required laser output mode: The output the laser shall be single longitudinal mode with TEM00 beam spatial profile.

6. Beam divergence: The divergence shall be less than 7 milliradians with a maximum beam diameter at laser head output of 3 mm.

7. Power requirement: The power requirement shall be 120 VAC standard wall plug, with a maximum 10 A max current requirement.

8. Air cooling is required, water cooling is not acceptable.

9. Maximum size of laser head shall be 250 mm (High) x 250 mm (Wide) x 400 mm (Long); maximum size of power supply not to exceed standard 19 in rack mount by 7U high (if rack mouting compatible).

10. If the laser is not a rack mount, the maximum power supply size shall be 350 mm (High) x 500 mm (wide) x 600 mm (deep), with a 70 lbs maximum weight.

Delivery:

Delivery of the laser shall be 12 weeks after receipt of order.

**NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE SPECIFICATIONS**

The provisions and clauses in the RFQ are those in effect through FAC 01-24.

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to Glenn Research Center is required within 12 weeks ARO. Delivery shall be FOB Destination.

The DPAS rating for this procurement is DO-C9

Offers for the items(s) described above are due by Wednesday September 8, 2004 at 4:30 p.m. local time and may be e-mailed, faxed or mailed to The NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland, Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.

Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: : FAR 52.204-7 52.212-3, 52.222-3, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70.

The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Wednesday September 1, 2004. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.

It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin;=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Timothy M. Bober
Title:Contract Specialist
Phone:(216) 433-2764
Fax:(216) 433-2480
Email:Timothy.M.Bober@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE