Federal Bid

Last Updated on 08 Aug 2013 at 8 AM
Solicitation
Fairchild Wisconsin

Notice of Intent to Sole Source Ti:Sapphire Ultrafast Ring Laser/Oscillator

Solicitation ID FA7000-13-T-0066
Posted Date 09 Jul 2013 at 8 PM
Archive Date 08 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location Fairchild Wisconsin United states
 

Please read the ENTIRE synopsis before submitting any response.


The Physics Department at the United States Air Force Academy (USAFA) in Colorado, intends to award a Brand Name Only Purchase Order on a Sole Source basis to Laser Quantum
to provide a Ti:Sapphire ultrafast ring laser/oscillator capable of accepting pumping from a 10W 532 nm laser; output pulses must be < 30 fs in duration with a pulse repitition rate of 500 MHz and the inclusion of active feedback via cavity mirrors mounted on piezo-electric transducers.  This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 1 APR 13.  The North American Industry Classification System Code [NAICS] is 334413 and the business size standard is 500 employees.

USAFA's requiring activity concludes that there is no other system available that can meet this equipment's specific requirements.  Laser Quantum is the only manufacturer that can supply a laser/oscillator meeting all of the salient charateristics listed below.

Delivery is to be made to the HQ USAFA/DFP at the U.S. Air Force Academy in Colorado Springs, CO.  Shipping is FOB Destination. 

This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals.  DO NOT SUBMIT A QUOTE AT THIS TIME. 

SALIENT CHARACTERISTICS:

•·         Ultrafast titanium sapphire ring laser compatible with the 532 nm pump lasers the physics department already possesses

•·         Single enclosed housing which includes all optics for the ring laser

•·         Average output power of greater than 800 mW when pumped with a 10W pump laser

•·         A pulse repitition rate of greater than or equal to  500MHz

•·         Laser pulse duration of less than or equal to 30 fs

•·         Inclusion of two piezo-mounted cavity mirrors:

•o   One mirror which slowly varies the laser repitition rate over a broad range (greater than or equal to 2 kHz repitition rate variation with a bandwidth of less than or equal to 1 kHz)

•o   A second mirror (no more than 1 mm thick) which quickly varies the laser repitition rate over a small range (less than 500 Hz repitition rate variation with a bandwidth of greater than or equal to 10 kHz)

•·         The above mentioned piezo-mounted cavity mirrors to be controlled with voltages from +200V to -200V.

Any offerors believing they can provide an equal product that meets all of the features and functionality of the Laser Quantum Gigajet 20 or can provide the brand name product may provide evidence for consideration.  Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for Laser Quantum.  It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product.  Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision.  The offeror should provide an understandable comparison between the two products.  The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency.  Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted.  A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government.   

Responses must be received NLT 10:00 AM MST on 24 JULY 2013.  Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated.      

The Government does not intend to pay for any information provided under this announcement.  Contractors must have a current registration with the System for Award Management (SAM) at https://www.sam.gov/

Questions should be addressed to the Primary POC Brittany Henry, Contract Specialist, (719) 333-8930 or sent via e-mail to [email protected].  Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650 or via e-mail to [email protected].


5352.201-9101 Ombudsman (NOV 12):

(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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf>  competition performance decisions).

 

(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen,

 

Kelly S. Snyder
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone number 719-333-2074
FAX 719-333-2379
Email: [email protected]

Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431.

 

(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.

 

(End of clause)

Bid Protests Not Available

Similar Past Bids

Hill New hampshire 05 Apr 2011 at 9 PM
Mississippi 03 Feb 2009 at 3 PM
Hill New hampshire 26 Feb 2014 at 6 PM
Location Unknown 17 Jul 2009 at 8 PM

Similar Opportunities

Texas 31 Aug 2025 at 9 PM
Texas 31 Aug 2025 at 9 PM
Texas 31 Aug 2025 at 9 PM