Toptica Digilock110
SOURCES SOUGHT SYNOPSIS Toptica Digilock110 on a brand Name Only basis. THIS IS A Sources Sought Notice ONLY. The U.S. Government, Mission & Installation Contracting Command, West Point, NY is issuing... SOURCES SOUGHT SYNOPSIS Toptica Digilock110 on a brand Name Only basis. THIS IS A Sources Sought Notice ONLY. The U.S. Government, Mission & Installation Contracting Command, West Point, NY is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and the ability to perform this requirement. The requirement is for four (4) Digital Feedback Locking Controllers be purchased as Toptica Digilock110 on a brand Name Only basis. The statutory authority for this Brand Name Requirement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The locking controllers must be 100% compatible with the Toptica DL100 lasers already present in the in the laser cooling lab. Furthermore, the locking controllers have to be seamlessly compatible with the DL100 models. This is a brand name requirement for the DIGILOCK 110 with following features/characteristics. • High Speed Locking Module for DC 110 Supply Rack · Module for laser frequency control, locking and analysis · FPGA based technology: fast and flexible · Fully digital and computer controlled • Functions: · Multi-channel oscilloscope · Spectrum analysis · Network analysis · "Click & Lock" with auto-lock and re-lock features • Specifications: · Signal delay incl. AD/DA conversion 200 ns · Two digital PID controllers with MHz-range locking bandwidths · Analog P controller with 10 MHz bandwidth and digitally adjustable gain · Modulation frequencies of lock-in regulator: 781 kHz, 390.5 kHz, 192.25 kHz,.0.012 kHz · Modulation frequencies of Pound-Driver-Hall detector module: 25 MHz, 12.5 MHz, 6.25 MHz, 3.125 MHz, 1.56 MHz · Multiple user-configurable inputs and outputs · Remote control of software interface via TCP/IP · Control of multiple DigiLock units from a single PC possible No gray market product offers will be entertained. Offerors must be an authorized distributor, valued added vendor, or authorized reseller for Toptica. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. However, the Government is actively seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. DISCLAIMER: This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not • seeking quotes, bids or proposals at this time, • will not accept unsolicited proposals in response to this sources sought notice, • will not pay for any information, and • will not pay administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. ELIGIBLITY: The applicable NAICS code(s) is 334519 / Other Measuring and Controlling Device Manufacturing with a Small Business Size Standards of 500 employees. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUB Zone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information, in sufficient detail to facilitate making a capability determination. In example: lead time after receipt of order, shipping terms if other than FOB Destination, evidence of status to sell the brand name required, authorized distributor, valued added vendor, or authorized reseller for Toptica, as well as previous experience on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc. 4. Information to help determine if the requirement for Digital Feedback Locking Controllers requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Not required, but requested, identify how the Army can better structure these contract requirements to facilitate competition, including competition among small business concerns. 6. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. POINT OF CONTACT INFO: Primary Point of Contact: Elisabet D. Wallace, Purchasing Agent elisabet.d.wallace.civ@mail.mil Phone: 8459385858 Contracting Office Address: 681 Hardee Place West Point, New York 10996-1514 United States
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »