Repair and upgrade services on an existing laser system, including Quasar Power Supply (QPS) unit and Quasar GR-95 laser head unit.
ID: W911QX-25-Q-0030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Semiconductor and Related Device Manufacturing (334413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking repair and upgrade services for an existing laser system, which includes the Quasar Power Supply (QPS) unit and the Quasar GR-95 laser head unit. The procurement is intended to ensure the operational integrity and modernization of critical laser systems used in military applications, with the work being contracted solely to Newport Corporation under the authority of FAR 13.106-1(b)(1)(i), thus not open to competitive proposals. The contract will follow a firm fixed-price model, with a proposal deadline of five days from posting and an expected completion within three months of contract award. Interested parties can contact Stency Steephan at stency.f.steephan.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil for further details.

    Files
    Title
    Posted
    The document is a combined solicitation for repair and upgrade services of a laser system, specifically the Quasar Power Supply (QPS) and Quasar GR-95 laser head unit, identified by Solicitation Number W911QX-25-Q-0030. The U.S. Government intends to contract solely with Newport Corporation for this work under the authority of FAR 13.106-1(b)(1)(i), and it is not open to competitive proposals. The acquisition falls under NAICS Code 334413, with a small business size standard of 1,250 employees. The proposal deadline is five days from posting, with a firm fixed-price structure for the services. The delivery of the completed work is expected within three months of contract award to the U.S. Army Research Laboratory in Maryland. Clauses related to government compliance, labor laws, and procurement practices are also outlined, including various FAR and DFARS provisions. The overall goal of this RFP is to ensure the operational integrity and modernization of critical laser systems used within military applications. This streamlined solicitation reflects the urgency and specialized nature of the required services while adhering to federal procurement regulations.
    The document outlines a government solicitation outlining a contract aimed at procuring supplies and services from a single source, Newport Corporation. The contract will follow the Firm Fixed Price model and requires the contractor to operate independently, without government supervision over employees. It stipulates terms for contractor performance, including normal work hours and designated legal holidays, detailing government inspection and acceptance procedures at Aberdeen Proving Ground. Additionally, it highlights the necessary regulations regarding telecommunications equipment, ensuring compliance with federal laws prohibiting certain technologies from foreign entities. Proposals must include a property management plan for government property and adhere to specified payment terms and reporting requirements concerning any covered telecommunications equipment used. The document conveys the Army's need for compliance with federal regulations and aims to engage contractors who can meet these stringent requirements while reinforcing the overarching objective of ensuring national security and efficient contract administration.
    Similar Opportunities
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
    Dept Of Defense
    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.
    Maintenance and Repair Services on the Candela VBeam Perfecta Laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking maintenance and repair services for the Candela VBeam Perfecta Laser, with the procurement managed by the W40M MRCO PACIFIC office. This opportunity is categorized as a sole source justification, indicating that the services are required for specialized medical, dental, and veterinary equipment, which is crucial for maintaining operational readiness and effectiveness in medical facilities. The place of performance for this contract is located in Fairbanks, Alaska, and interested parties can reach out to Tina Koike at tina.w.koike.civ@health.mil or by phone at 808-438-5131 for further details. The specific funding amount and key deadlines have not been disclosed in the available information.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Eyesafe Laser Rangefinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for a five-year Firm-Fixed-Price contract to supply Eyesafe Laser Rangefinders (NSN: 1240-01-716-4166, Part Number: 13083232) from approved manufacturers such as Northrop Grumman and Hensoldt Optronics. The contract will require a minimum delivery of 36 units and a maximum of 960 units over the contract period, emphasizing the importance of these devices for military applications in navigation and targeting. Interested offerors must submit their proposals electronically by December 24, 2025, and should contact Muhammad Kah at Muhammad.kah@dla.mil or 586-467-1203 for further information regarding the solicitation and requirements.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a power supply, classified under the NAICS code 335931. The procurement requires contractors to provide a repair quote on a Not-To-Exceed or Firm-Fixed unit price basis, ensuring compliance with various quality and inspection standards, including MIL-STD-130 for marking and packaging. This power supply is critical for operational functionality in naval applications, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested parties can contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1.CIV@US.NAVY.MIL for further details, with a monetary limitation of $18,250 for repair purchase orders.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure that the repaired power supplies meet operational and functional requirements, adhering to strict quality assurance standards and inspection protocols. These power supplies are critical components for naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Ryan P. Stock via email at RYAN.P.STOCK2.CIV@US.NAVY.MIL, and must be prepared to meet the specified requirements, including a repair turnaround time of 108 days after receipt of the asset.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 90 days, with specific requirements for inspection and acceptance of supplies, as well as adherence to quality assurance standards. These power supplies are critical components for various defense systems, emphasizing the importance of timely and reliable repairs. Interested contractors should submit their quotes, including unit price and RTAT, to the primary contact, Owen M. McNamara, at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with the solicitation details available for review.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units, identified by part number 0017898-01 and National Item Identification Number (NIIN) 012225185. The contract requires the successful contractor to perform repairs, testing, and inspections in accordance with specified standards, ensuring that the units are returned to a Ready for Issue (RFI) condition within a required turnaround time of 20 days after receipt. This procurement is critical for maintaining operational readiness and support for naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must also comply with government source approval requirements prior to award.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a POWER SUPPLY, specifically for the AN/SQS-53 SONAR SYSTEM. This contract involves the manufacture and quality assurance of electrical converters, with strict adherence to military specifications and standards, including MIL-STD-130 for marking and MIL-STD-2000 for soldering. The successful contractor will be responsible for ensuring compliance with all technical requirements and inspection protocols, with the expectation of timely delivery and quality assurance measures in place. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.