Two Photon Polymerization Laser Lithography (2PPLL) 3D Printer System
ID: N00173-25-Q-MF05Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Industrial Machinery Manufacturing (33324)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Research Laboratory (NRL), is seeking proposals for a Two Photon Polymerization Laser Lithography (2PPLL) 3D Printer System designed for the production of optical components such as metalenses and 3D-metamaterials. The procurement requires a system that meets stringent specifications, including the use of a 780 nm femtosecond pulsed laser, the ability to achieve surface roughness below 10 nm, and the capability to print structures with lateral resolutions under 200 nm, while also supporting various materials and operating without resin baths on substrates up to 6 inches in diameter. This initiative underscores the government's commitment to advancing laser lithography technology for optical applications, ensuring robust support and compliance with cleanroom standards. Interested vendors must submit their proposals, including technical and price quotations, by the specified deadline, and can direct inquiries to Maximilian Fritts at maximilian.r.fritts.civ@us.navy.mil or Jamie Dixon at Jamie.Dixon@nrl.navy.mil.

Files
Title
Posted
Mar 21, 2025, 5:08 PM UTC
The Naval Research Laboratory (NRL) has issued a solicitation (N00173-25-Q-MF05) for a Two Photon Polymerization Laser Lithography (2PPLL) 3D Printer to produce optical components like metalenses. The request seeks quotes for a system meeting stringent technical specifications such as utilizing a 780 nm femtosecond laser, achieving surface roughness below 10 nm, and providing extensive automation for material compatibility and printing accuracy. The printer should include vital components like a sample positioning stage, in-situ cameras for monitoring printing, software for generating 3D structures, and robust support like installation, training, and a one-year service contract. Interested vendors must submit detailed compliance documentation, technical and price quotations, and must ensure that only new equipment is offered. The government will evaluate submissions based on technical capability, past performance, and price, using a Price/Technical Tradeoff analysis. Deliverables should be completed within 17 weeks post-award, with additional requirements for documentation and compliance in cleanroom settings and regulations around telecommunications equipment. The emphasis on quality and reliability aligns with government procurement standards, ensuring that selections will meet military and operational needs.
Mar 21, 2025, 5:08 PM UTC
The document outlines the requirements for on-site contractors at Naval Research Laboratory (NRL) facilities. Key topics include access protocols, safety compliance, personnel management, and handling hazardous materials. Contractors must adhere to strict access and security measures, requiring background checks and badge issuance. They are accountable for ensuring safety standards per OSHA regulations, managing potential radiation exposure, and complying with environmental protections involving hazardous materials and waste management. Critical details cover prescribed training for employees, reporting procedures for accidents, controls surrounding explosive materials, and protocols for hazardous waste. Contractors must coordinate "hot work" activities with designated safety personnel and comply with specific environmental guidelines, including recycling efforts and adherence to regulations like the Clean Water Act. Overall, this document serves to establish comprehensive operational standards for contractors to ensure safety, compliance, and efficiency in their work at NRL sites, reflecting federal priorities in mitigating risk and maintaining high operational integrity. Thus, it plays a vital role in managing contractor engagement within the framework of government RFPs and grants.
Mar 21, 2025, 5:08 PM UTC
The Naval Research Laboratory seeks a two-photon polymerization laser lithography (2PPLL) 3D printer system for producing optical components like metalenses and 3D-metamaterials. The system must meet specified performance criteria, including the ability to utilize a 780 nm femtosecond pulsed laser for 2-photon polymerization, achieve surface roughness below 10 nm, and print structures with lateral resolutions under 200 nm. Additionally, the printer should operate without resin baths on substrates up to 6” in diameter, include automated surface detection, and support various materials, including silicon. Features must enable precise alignment, real-time monitoring through in-situ cameras, and switching between micro-scale and mm-scale printing modes. Documentation for user manuals and comprehensive warranty terms should accompany the system, which requires a separate PC for print file generation. Final delivery must include installation and user training at the U.S. Naval Research Laboratory. This procurement reflects the government’s focus on advancing laser lithography technology for optical applications while ensuring robust support and compliance with cleanroom standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Widely Tunable AR Laser
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking responses for a Sources Sought notice regarding the procurement of a Widely Tunable IR Laser. This laser is essential for the Photonics and Optomechanics Group's research on photonic MEMS sensors, requiring a device with a mode-hop free range of at least 100 nm and specific technical specifications for precision measurement applications. Interested vendors must provide detailed information about their capabilities, including company details, experience, and any potential barriers to participation, with responses due by 5:00 p.m. Eastern Time on April 9, 2025. For inquiries, contact Cielo Ibarra at cielo.ibarra@nist.gov.
Dual-channel Water/Water Laser Chiller
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is seeking market research support for a dual-channel water/water laser chiller essential for its biomedical research projects at the Naval Medical Research Unit San Antonio (NAMRU-SA). The chiller must meet specific requirements to support a planned 10kW fiber optic laser system, including a cooling capacity of 22.2 kW, dual-channel functionality, and compatibility with the anticipated laser model, while also operating within defined temperature and pressure parameters. This procurement is critical for enhancing the safety and operational readiness of military personnel exposed to directed energy, as it supports research on non-lethal weapon health effects and safety standards. Interested vendors must submit their capability statements by April 3, 2025, via email to Abigail Johnston at abigail.z.johnston.civ@health.mil, with no inquiries accepted over the phone.
REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
Buyer not available
The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
CRD Reflectometer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
Laser Etchers
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of two hybrid CO2 and fiber laser etching and cutting systems at Ellsworth Air Force Base in South Dakota. The primary objectives include acquiring a comprehensive system that features an 80-watt CO2 laser and a 50-watt fiber module, along with essential components such as a HEPA and carbon filtration system, a work area of at least 38" x 24", and software compatible with various drawing formats. This procurement is crucial for enhancing tool room operations and modernizing technological capabilities for improved operational efficiency in tool maintenance and training. Interested small businesses must submit their proposals via email by the specified due date, and for further inquiries, they can contact Vaishali Upadhyay at vaishali.upadhyay.1@us.af.mil or Jason Hankins at jason.hankins@us.af.mil. The delivery deadline for the systems is set for August 1, 2025.
USS ESL Handheld Laser Cleaner
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting quotes for the procurement of USS ESL Handheld Laser Cleaners, with the solicitation number N6264925QH017. This requirement includes two units of the handheld laser cleaner and one unit for shipping, emphasizing the need for compliance with the Federal Acquisition Regulation (FAR) and ensuring that all prices are quoted as F.O.B. destination. The goods are essential for military operations, reflecting the government's commitment to utilizing advanced cleaning technology while supporting small businesses through a total small business set-aside. Interested vendors must submit their quotes by April 15, 2025, at 11:00 AM Japan Standard Time, and may direct inquiries to Jason Q. Perez or Cynthia Cruz via the provided contact information.
Tunable Laser System 885.4
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified small businesses to provide a High Power Tunable Laser System operating at 885.4 nm. The system must meet specific technical requirements, including a minimum output of 75 mW coupled into a single-mode fiber, a narrow linewidth of 100 kHz or less, and a mode-hop-free tuning range exceeding 10 GHz, among other features. This procurement is crucial for cesium-based optical frequency reference research, ensuring the acquisition of precise scientific instrumentation. Interested vendors must submit their quotations by adhering to the guidelines outlined in the Request for Quotation (RFQ), with a firm fixed price contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential offerors can contact Lisa Stevens at lisa.stevens@nist.gov or by phone at 303-497-3272. The delivery timeline is set for 16 weeks, followed by a week for government acceptance testing.
Confocal Raman Mcroscope
Buyer not available
The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of a Confocal Raman Microscope, specifically the Horiba LabRAM Odyssey or an equivalent model. This advanced laboratory equipment is intended to enhance research capabilities in semiconductor manufacturing processes, particularly in support of the CHIPS Act Grand Challenge 5, by facilitating in-depth analysis of electrochemical processes crucial for optimized semiconductor design and packaging. Interested vendors must comply with FAR regulations, provide detailed specifications and pricing, and demonstrate relevant experience, with proposals due by April 18, 2025. For further inquiries, vendors can contact Junee Johnson at junee.johnson@nist.gov.
NOTICE OF INTENT TO SOLE SOURCE FOR WIDELY TUNABLE NEAR INFRARED LASER
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to procure a widely tunable near-infrared laser on a sole source basis from Toptica Photonics, Inc. This procurement is driven by the need for a laser that meets specific technical requirements, including continuous tunability from 880 nm to 930 nm, a power output exceeding 10 mW, and advanced control electronics, which are essential for developing next-generation optical technologies involving Cesium and quantum dot transitions. Interested vendors are encouraged to submit documentation demonstrating their capability to meet these specifications by April 17, 2025. For further inquiries, vendors may contact Ranae M. Armstrong at ranae.armstrong@nist.gov or Donald Collie at donald.collie@nist.gov.
Compact HLG Technology
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking sources for the development of Compact HLG Technology, including prototyping capabilities. This sources sought notice aims to assess the industrial capability of potential contractors to fulfill this requirement, which is critical for advancing national defense research and development initiatives. Interested firms are encouraged to submit a capability statement detailing their experience and qualifications, as the government intends to procure on a Cost-Plus Fixed Fee basis, potentially with Knobley Technical Associates. Responses must be submitted within 10 days of the notice publication, and inquiries can be directed to Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.