Washington, DC Bids > Bid Detail

Optical preform analyzer & Optical fiber refractive index profiler systems

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159228615284346
Posted Date: Jun 21, 2023
Due Date: Jun 27, 2023
Solicitation No: N00173-23-R-RJ03
Source: https://sam.gov/opp/3535e79763...
Follow
Optical preform analyzer & Optical fiber refractive index profiler systems
Active
Contract Opportunity
Notice ID
N00173-23-R-RJ03
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 20, 2023 10:06 pm EDT
  • Original Response Date: Jun 27, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Washington , DC 20375
    USA
Description

The Naval Research Laboratory is searching for potential sources that are capable of meeting the requirement described in the below specifications for a quantity one (1) each: Optical preform analyzer system and Optical fiber refractive index profiler system.




  1. Optical preform analyzer system (Qty: 1)



The following is a list of the key technical characteristics of the preform optical fiber component fabrication system required by NRL:




  • Vertical standing preform unit.

  • Automated rotation of preform.

  • Automated Z-axis translation of preform.

  • Hands free operation for loading preform into system.

  • Profiles at many angles along preform.

  • Preform profiles acquired along entire length.

  • Internal calibration.

  • Ability to profile preforms that are of polarizing maintaining design.

  • Ability to profile preforms that are of single mode and multimode design.

  • Ability to profile preforms that are of microstructured design.

  • Accuracy of refractive index of +/- 0.0002.

  • Ability to profile preform sizes ranging from 10mm to 30mm.

  • Preform index measurement repeatability of less than 00005.

  • Repeatability for preform concentricity of less than 0.05 millimeters.

  • Full installation and training of the system



2. Optical fiber refractive index profiler system (Qty: 1)



The following is a list of the key technical characteristics of the optical fiber component fabrication system required by NRL:




  • Automated fiber location.

  • High speed scanning.

  • Traceable calibration.

  • Refractive index repeatability of +/- 0.0002.

  • Ability to profile optical fiber sizes ranging from 80 to 500 micrometers.

  • Ability to profile fibers that are of polarizing maintaining design.

  • Ability to profile fibers that are of single mode and multimode design.

  • Ability to profile fibers that are of microstructured design.

  • Repeatability for fiber core/clad concentricity of 0.25 micrometers.

  • Repeatability of single mode fiber core non-circularity of 2.5%.

  • Repeatability of single mode fiber cladding non-circularity of 0.3%.

  • Repeatability of multi-mode fiber core non-circularity of 0.5%.

  • Repeatability of multi-mode fiber cladding non-circularity of 0.3%.

  • Repeatability of single mode fiber core diameter of 0.15 micrometers.

  • Repeatability of multi-mode fiber core diameter of 0.2 micrometers.

  • Repeatability of single mode fiber cladding diameter of 0.3 micrometers.

  • Repeatability of multi-mode fiber cladding diameter of 0.3 micrometers.

  • Geometry measurement algorithms for standard telecommunication grade

  • single-mode fiber and standard telecommunication graded-index type multimode fibers are included as standard.

  • Fast fiber data acquisition.

  • Hardware and software for Data collection and analysis.

  • Vibration table



The intent of this RFI/ Sources Sought is to:




  1. Determine if an adequate number of qualified, interested contractors capable of performing the work further described in the above specifications exist; and

  2. Determine if the contractor can meet the required specifications.



NRL asks that the interested parties, at a minimum, supply the following information:




  1. Name of Company and Point of Contact (POC)

  2. Business Size/Socioeconomic Categories

  3. Unique Entity ID (DUNS) and Cage Code

  4. Capabilities Statement relevant to the above technical specifications

  5. Any questions/suggestions related to the specifications

  6. Whether the proposed item would be considered a commercial item in accordance with FAR 2.101

  7. If the manufacturer of the component, please confirm if Authorized Resellers are available.



Responses should be no more than 15 pages, and should be emailed to the Contract Specialist at Richard.waterstreet@nrl.navy no later than 3:00pm on 27 June 2023.



NOTE: THIS IS NOT A SOLICITATION. This is a Sources Sought Notice (SSN)/Request for Information (RFI) for planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a SSN/RFI, no evaluation letters and/or results will be issued to the respondents. The Government is not committed to awarding a contract or issuing a solicitation pursuant to this announcement. No solicitation package is available at this time.


Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 20, 2023 10:06 pm EDTSources Sought (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.

Start Free Trial Today >