Skip to content

475NM Laser and Accessories

PUBLIC NOTICE OF PROPOSED ACQUISITION
National Eye Institute / National Institute of Health

Announcement/Number:  EE21-004677

Post Date: July 16, 2021

Closing Response Date: July 26, 2021

Proposed Award Date: July 29, 2021

Project Title: 475NM Laser and Accessories

Contracting Office: National Eye Institute, Building 31, Room 6A52

Contact Point/Contracting Officer/Contract Specialist: Elaine  Estrella, estrellaek@mail.nih.gov

North American Classification System (NAICS) Code (include): 334516

Classification Code:  Analytical Laboratory Instrument Manufacturing 

 

BACKGROUND, PURPOSE AND OBJECTIVE:
The goal of the Laboratory of Sensorimotor Research is to understand the fundamental brain mechanisms that allow such sensory-motor coordination. We concentrate on the system within the brain that is probably best understood in the control of such complex activities: the visual/oculomotor system. The purpose of the requirement is to use the retro-grade virus carried with ChR2 Channelrhodopsin (opsin) for the opto-tag. The ChR2 opsin is maximumly activated by blue light with around 470 nm wavelength. The purpose of this requirement is to provide the blue light source.
 

PRODUCT SPECIFICATION:

Part#

Manufacturer

Description

Quantity

Unit of Measure

 IBEAM-SMART-473-S-HP

Toptica

 Ultra Compact Diode Laser, 473 nm, 300 mW · Wavelength: 473 ± 5 nm · Output power: 300 mW · Beam diameter (typ): 1.2 ± 0.2 mm (1/e²) other beam diameters on request Model includes: · Laser diode and diode driver · Collimating and circularization optics · Temperature stabilization · Microprocessor controlled, enabling flexible OEM integration Specifications: · CW operation · Analog modulation up to 1 MHz · M² < 1.2 · Beam divergence (full angle): < 1 mrad · Circular beam shape (ellipticity max. 1.0 ± 0.1)

· Power stability: drift < 0.5 % over 48 hours at room temperature ± 5°C · RMS noise < 0.2 % ( 10 Hz - 10 MHz) · Pointing Stability: < 5 µrad / K · Polarization: typ. > 100:1, linear · Accessible by RS 232 interface · Size 100 x 40 x 40 mm³ Unique Features: · FINE (Feedback Induced Noise Eraser) - Immunization to optical feedback - Ideal for fiber coupling and reflective surfaces · SKILL (Speckle Killer) - Reduce speckle via software command - No hardware necessary · TopControl Adjust all laser parameters by easy to use Graphical User Interface (GUI) Power Supply: Requires power supply (#EK-000692) for proper use. Alternatively customer can provide a 12V/2A power supply (2.1/5.5 mm low voltage connector)

1

ea

 IBP-WS

Toptica

 iBeam smart - wavelength selection *** Design wavelength 473 nm Emission wavelength will be selected to better than ± 1 nm within the standard wavelength range of the laser system .

1

ea

  IBEAM-SMART-PO

Toptica

  iBEAM smart - pulse option · Enables asynchronous digital modulation · Modulation bandwidth up to 250MHz · Rise and fall times < 1.5 ns · ON/OFF extinction ration typ. > 1000:1

Multi-level input with adjustable trigger levels · AUTOPULSE feature With the AUTOPULSE feature one can use the internal capabilities of the intelligent iBeam smart electronics. Frequencies up to 10 MHz can be programmed, the duty cycle can be set in the range from 1 to 99 % (dep. on the frequency)

 

1

ea

 SMARTDOCK

Toptica

 Fiber Coupler for iBeam smart, DFB pro and TopMode · Exceptional stability · Coupling efficiency - iBeam smart: > 60%, typ. >70% - TopMode and DFB pro: > 50%, typ. >60% · For SM, SM/PM and MM fibers, FC/APC · Easy flexure based alignment · For all iBeam smart / TopMode wavelengths · For available fibers please contact us or specify fiber parameters

1

ea

#EK-000692

Toptica

Power supply for iBeam smart Input: 100-240VAC Output: 12VDC/5A

1

ea

IBEAM-SMART-SWIBOX

 

 

 

 

#DA-000104

Toptica

 

 

 

 

 

Toptica

Switchbox for iBeam smart CDRH compliant with key switch, external connectors and manual switches for easy access to iBeam smart features

 

Mono fiberoptic patchcord length: 8M

1

 

 

 

 

2

Ea

 

 

 

 

ea

PAYMENT

Payment will be made 30 days after goods/service is rendered to NIH.

 

AWARD TYPE            

Firm Fixed

 

PLACES OF PERFORMANCE

NATIONAL EYE INSTITUTE/ NIH
49 CONVENT DRIVE
BLDG 49 RM 2A50
BETHESDA, MD 20892

 

BASIS OF AWARD

A determination by the Government not to compete this proposed contract acquisition based upon responses to the notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any nonproprietary technical information in any resultant solicitation(s).

Closing Statement: This notice is not a request for competitive proposals.  However, interested parties may identify their interest and capability to respond to this notice.  Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov

A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses must be received by July 26, 2021 and must reference number EE21-004677Responses may be submitted electronically to estrellaek@mail.nih.gov.

“All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”

Last updated: July 16, 2021