Inactive
Notice ID:FA8751-19-Q-0241
This is a Notice of Proposed Contract Action under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation wi...
This is a Notice of Proposed Contract Action under 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 PROPOSAL. 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 333314 with a size standard of 500 employees. Brief Description of Requirements: Fiber coupled SHG module for 1228 -> 614 nm; Expected Performance: ?100 mW --> 1 mW; PM980 input, PM630 output; 1 Meter 250 micron fibers; FC/APC connectors; Internal TEC (controller not included) Qty-1 Fiber coupled SHG module for 1170 -> 585 nm; Expected Performance: ?100 mW --> 1 mW; PM980 input, PM480 output; 1 Meter 250 micron fibers; FC/APC connectors; Internal TEC (controller not included) Qty-1 WPM - K0650 - P63P63AL0; fiber coupled phase modulator for 650nm (built and tested at 633nm); PM630 fiber with FC/APC Connectors; Insertion loss: <6dB, 3dB Bandwidth: ~6GHz, Vpi@1GHz: ~5V; Includes TEC base (controller not included) Qty-1 WPM - K0493 - P48P48AL0; fiber coupled phase modulator for 493nm (built and tested at 480nm); PM480 fiber with FC/APC Connectors; Insertion loss: ?6dB, 3dB Bandwidth: ~6GHz, Vpi@1GHz: ~4V; Includes TEC base (controller not included) Qty-1 Base Plates: 2 for SHG Unit, 2 For EOM with TEC base. Qty-1 The Government intends to negotiate a sole-source contract for the purchase of the requirement described above. The identified sole-source provider/producer of this laser system is as follows: AdvR 2301 University Way, Bldg #1-1 Bozeman, MT 59715 Phone: 406-522-0388 The Government has determined that no other source can meet this requirement. The components listed in section 3 are critical parts of Barium trapped ion experiments and without them these experiments will not work. The fiber coupled SHG modules will be used to double the light from a 1228nm and 1170nm system to the following wavelengths, 614nm and 585nm. Items #3 and #4 are Electro-optic modulators (EOMs) that can modulate 650 nm and 493 nm light. AdvR is the only known manufacturer of the EOMs that have a modulation bandwidth of 0Hz - 6 GHz at the specified wavelengths. AdvR also makes compatible base plates (item #5) that work with items #1-4 listed in section 3. These bases are unique to AdvR and are only compatible with their SHG and EOM modules. If these items are not purchased from AdvR, it will negatively affect the ability to perform trapped ion experiments with Barium. The equipment previously procured by the Government that will be used in conjuction with this experiment, represent a significant investment. If these parts are not purchased from AdvR, there will be significant technical capability degradation to the Goverments current experimental requirement as well as future experiments, potentially causing flawed results and the inability to meet yearly program milestones. Award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Government's requirement. 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 Tabitha.Haggart@us.af.mil Responses to this notice 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 after 11 February 2019. A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.