Modular Diode Laser Base for Laser Rack System
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159892372577945 |
Posted Date: | Oct 30, 2023 |
Due Date: | Jun 30, 2023 |
Source: | https://sam.gov/opp/6120a43c00... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Oct 30, 2023 03:36 pm EDT
- Original Published Date: Jun 16, 2023 08:54 am EDT
- Updated Response Date: Jun 30, 2023 03:00 pm EDT
- Original Response Date: Jun 30, 2023 03:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Nov 30, 2023
- Original Inactive Date: Aug 31, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
-
NAICS Code:
- 334413 - Semiconductor and Related Device Manufacturing
-
Place of Performance:
Rome , NY 13441USA
This is a Notice of Proposed Contract Action under the FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 334413 (Semiconductor and Related Device Manufacturing) with a small business size standard of 1250 employees.
The Government requires the procurement of the following Laser Systems with associated options:
-Digital Laser Controller and External Cavity Diode Laser Housing for 493 nm and 650nm lasers:
Part Number: DLC MDL PRO: Modular Diode Laser Base for Laser Rack Systems
Key Features: The controller must operate both lasers simultaneously, and the housing will accommodate both lasers in the same assembly. Both controller and baseplate are 19"-inch rack mountable and have sufficient ventilation to be operated in a rack-mounted environment, enabling the system to meet space requirements. Controller features both front panel operation and operation over a TCP/IP network-based API. Must support both low-frequency (DC-coupled) and high-frequency (AC-coupled) external modulation.
-493 nm Laser System Consisting of two Subcomponents:
Part Number-MDL DL PRO HP: DLC MDL pro Modular Diode Laser Baser
Part Number-SUR DL PRO HP / HP: Surcharge High Power
Key Features: Must have sufficiently narrow linewidth (15 GHz. The laser should be equipped with polarization-maintaining fiber coupling with FC/APC terminated fibers. Coupling mechanism must be end-user optimizable to a polarization extinction ratio >1% (20 dBc). Total output power must be >= 60 mW after the output fiber.
-650 nm Laser System Consisting of three Components:
Part Number-MDL DL PRO: ECDL Module Base for DLC MDL pro Modular Diode Laser Base
Part Number -#LD-0650-0200-1: LD 650nm
Part Number -#OK-001226: Optical Isolator DSR660
Key Features: Must have sufficiently narrow linewidth (15 GHz. The laser should be equipped with polarization-maintaining fiber coupling with FC/APC terminated fibers. Coupling mechanism must be end-user optimization to a polarization extinction ratio >1% (20 dBc). Total output power must be >= 40 mW after the output fiber.
-Digital Laser Controller for 553 nm System:
Part Number -DLC SHG AUTOALIGN F: Automatic alignment optimization option
Key Features: Must be able to control both the fundamental generation and the second harmonic generation portions of the SHG laser system for 553.7 nm. Must support automatic alignment of the doubling cavity to optimize output power, and fiber alignment to maximize fiber coupling efficiency to eliminate efficiency changes due to cavity alignment. Must support both low-frequency (DC-coupled) and high-frequency (AC-coupled) external modulation.
-553 Laser System Consisting of 5 Subcomponents:
Part Number-DLC TA-SHG PRO 554: DLC TA-SHG pro System
Part Number-EOM/SHG PRO: Electro-Optic Modulator for SHG stage
Part Number -FIBERDOCK PROBE IR: Fiber Coupler Unit
Part Number -#OK-000661: Fiber Patchcord
Part Number -DLC CHILLER: Low noise and low vibration closed cycle chiller
Key Feature: Must be able to generate 553.7 nm of sufficiently narrow linewidth (=15 GHz mode-hop free) to be able to address all optical transitions in the vicinity of 553 nm for neutral barium-133 and all naturally-occurring barium isotopes. The laser should be equipped with polarization-maintaining fiber coupling with FC/APC terminated fibers. Coupling mechanism must be end-user optimization to a polarization extinction ratio >1% (20 dBc). Total output power must be >= 0.8 W after the output fiber. For SHG or other cavity-based doubling systems, doubling cavity must support automatic alignment, and EOM-based modulation to allow modulation-free fundamental light. A Pound Drever Hall setup must be used for cavity stabilization. Fiber-coupled fundamental light should be provided to enable external monitoring of the fundamental, with the same FC/APC PM fiber-coupling capabilities. A chiller must be provided if needed to reach maximum output powers.
The Government intends to negotiate a sole source contract with Toptica Photonics, Inc., 1120 Pittsford Victor Rd., Pittsford, NY 14534.
The Government has determined that other companies’ products and services do not meet or cannot be modified to meet the Government’s needs. Toptica Photonics is the only known vendor that provides a Laser System, that can address narrow atomic transitions in neutral barium atoms (for 553 nm) and singly charged barium ions (493 nm and 650 nm). Furthermore, the Laser System and associated options developed exclusively by Toptica Photonics is the only known system interoperable with existing Toptica Photonics equipment and software already in use for existing research and development experiments. Use of another companies’ products would result in a duplication of costs not expected to be recovered through competition.
This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to leenawattie.budhu.1@us.af.mil. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 31 July 2023.
A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.
- ADMIN ONLY NO REQTN CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
- ROME , NY 13441-4514
- USA
- Leena Budhu
- leenawattie.budhu.1@us.af.mil
- Bryant Soule
- Bryant.Soule@us.af.mil
- Oct 30, 2023 03:36 pm EDTPresolicitation (Updated)
- Aug 31, 2023 11:55 pm EDT Presolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.