Federal Bid

Last Updated on 26 Jul 2012 at 8 AM
Combined Synopsis/Solicitation
Kirtland air force base New mexico

DBR LASER

Solicitation ID F2KBAD2095A002
Posted Date 29 Jun 2012 at 6 PM
Archive Date 26 Jul 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9401 377 Msg Pk
Agency Department Of Defense
Location Kirtland air force base New mexico United states
format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation F2KBAD2094A005 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, Effective 18 May 2012. (iv)This procurement is being issued as Unrestricted under NAICS code 334510, Analytical Laboratory Instrument Manufacturing, small business size standard 500 employees.

The Government intends to award 7 contract line item number for

CLIN 0001 DBR-780 Laser Module (See attached specifications)
QUANTITY: 2 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

CLIN 0002 Laser Controller 200mA (See attached specifications)
QUANTITY: 2 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

CLIN 0003 Offset Phase Lock Servo (See attached specifications)
QUANTITY: 1 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

CLIN 0004 Reconfigurable Laser Servo w/ Peak Lock and Temp
QUANTITY: 1 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

CLIN 0005 Spectroscopy Module
QUANTITY: 1 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

CLIN 0006 Heterodyne Module
QUANTITY: 1 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

CLIN 0007 120 VAC Power Supply
QUANTITY: 1 Each
FOB: DESTINATION. Inspection and Acceptance: DESTINATION.

The following provisions and clauses apply to this procurement:

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the following basis:

(i) Technical capability

(ii) Price

In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.219-28; 52.222-3; 52.219-8; 52.219-14; 52.222-21; 52.222-26; 52-222-36; 52-222-37; 52.225-13; 52.232-33; 52.222-41; 52.222-42, Employee Class: 23160, Electrician , Maintenance; Monetary Wage: WG-10; 52.222-44; Addendum to FAR 52.212-5: FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001]; 252.225-7002, 252.204-7004 Alt A; 252.232-7003; and 252.247-7023 Alt III.
AFFARS 5352.201-9101
OMBUDSMAN (APR 2010)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen,
AFNWC Ombudsmen:
Primary: Ms Jeannine Kinder AFNWC/PK E-Mail: [email protected]
Phone: (505) 846-1924
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire status of your payment.

Proposals may be E-mailed (preferred) to [email protected] or mailed to AFNWC/PKOA, ATTN: Bernadette N. Kerkhoff, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB., NM 87117, or faxed to (505) 846-8925 ATTN: Bernadette N. Kerkhoff.

ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.


Specifications


Requirements for 780 nanometer (nm) dual distributed bragg reflecting (DBR) diode laser system with heterodyne lock
• System should contain the following components working together from one manufacturer
• Two (2) Distributed Bragg reflecting (DBR) diode lasers centered at 780.24 nm
• One spectroscopy cell containing Rubidium vapor with all optics, photodiodes, and electronics to derive a saturated absorption spectrum of Rubidium.
• One heterodyne module with 7 GHz of detection capability to lock the second laser to the first
• Diode control electronics including current and temperature controls, and frequency locking electronics to lock laser to Rubidium and heterodyne
• Must deliver continuous wave (CW) power at 780 nm with greater than 3 nm of tunability.
• Must deliver optical power of greater than 40 milliwatts from each laser
• Must have 40 GHz mode-hop free scan range.
• Must output into a TEM00 spatial mode
• Laser polarization must be linear with an extinction ratio less than 1/100 and be constant in time.
• The frequency line-width of the laser at output must be less than 1 MHz, and must maintain frequency stability without any moving parts.
• Optical power amplitude noise must be less than 2% RMS and preferably less than 1%
• Electronics should use standard U.S. wall outlet: 120 V AC, 60Hz

 

 

Bid Protests Not Available

Similar Past Bids

Kirtland air force base New mexico 13 Dec 2012 at 4 PM
Kirtland air force base New mexico 12 Mar 2015 at 10 PM
Kirtland air force base New mexico 10 Apr 2015 at 6 PM
Location Unknown 20 Apr 2010 at 3 PM
Broadway New jersey 14 Apr 2017 at 5 PM

Similar Opportunities

Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Arlington Virginia 20 Aug 2025 at 8 PM
Arlington Virginia 20 Aug 2025 at 8 PM