Broadband Laser Source
ID: FA875124Q0130Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Semiconductor and Related Device Manufacturing (334413)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking quotes for the procurement of a Broadband Laser Source, specifically the FYLA Laser Iceblink Supercontinuum Laser Source and the FYLA Laser Boreal visible wavelength tunable filter. This procurement is a total small business set-aside under NAICS code 334413, aimed at acquiring specialized equipment that meets specific operational requirements for broadband operation and tunable filtering across the visible spectrum. The selected contractor will be responsible for delivering brand new items to Rome, NY, with an anticipated delivery date of 30 days after receipt of order. Interested parties must submit their written quotes by 3:00 PM ET on September 16, 2024, to Tiffany Slopka at tiffany.slopka@us.af.mil, and must comply with all applicable federal regulations and certifications outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Single Source Justification for the purchase of a broadband laser source from FYLA Laser, designated by the AFRL/RIKO in Rome, NY. The justification is primarily due to FYLA Laser being the only known brand able to fulfill the dual requirements of broadband operation from visible to infrared wavelengths and tunable filtering across the entire visible spectrum, which is essential for the agency's mission goals. Although market research indicates that similar equipment from small businesses is obtainable, the unique capability of the FYLA offering necessitates a sole source procurement. The document also notes the growing market interest in visible wavelength integrated photonics, suggesting that competing offerings may emerge within the next 3-5 years. The Contracting Officer concludes that, per FAR regulations, only a single source is reasonably available for this contract action. This justification underscores the urgency to acquire specialized equipment that currently lacks competition while also indicating future shifts in the market that could enable broader procurement options.
    The document outlines mandatory representations and certifications for federal government contracts related to commercial products and services, specifically addressing telecommunications and equipment compliance. It requires offerors to verify that their representations in the System for Award Management (SAM) are current and accurate at the time of proposal submission. Key sections emphasize prohibitions against contracting with entities using covered telecommunications and defense telecommunication equipment, as mandated by the National Defense Authorization Act. Offerors must also certify compliance with the Buy American Act and identify the country of origin for offered products, ensuring domestic and qualifying country content. The structure of the document includes provisions for required certifications, and detailed instructions for providers of covered telecommunications equipment or services. This ensures a streamlined procurement process while safeguarding national security and domestic manufacturing interests, reflecting the federal government's commitment to compliance and integrity in contracting practices.
    The document addresses the duty-free entry process for shipments to U.S. military installations as part of a government procurement contract for broadband laser sources. It clarifies that shipments directly to military facilities are exempt from customs duties under DFARS 252.225-7013, Duty-Free Entry. Key points include definitions of eligible products, requirements for claiming duty-free entry, and the contractor's obligations regarding customs documentation. The contractor must prepare necessary customs forms, specify items eligible for duty-free treatment, and notify the Administrative Contracting Officer of relevant purchases. The clause also outlines procedures for shipments, including correct consignment details and marking packages. Overall, this document provides essential guidance for contractors regarding international shipments related to U.S. government contracts, ensuring compliance with customs regulations and duty exemption protocols.
    Lifecycle
    Title
    Type
    Broadband Laser Source
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought for one (1) laser illumination system
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking sources for a laser illumination system designed for high-speed optical imaging applications at the U.S. Army Research Laboratory (ARL) in Aberdeen Proving Ground, Maryland. The system must provide steady state visible wavelength illumination capable of achieving frame rates of up to one million frames per second, with a minimum output power of 350 watts and pulsed laser durations as short as 25 nanoseconds, along with adjustable optics for varying illuminated areas. This procurement is critical for advancing military research capabilities, and interested vendors, particularly small businesses, are encouraged to respond with their qualifications and capabilities within five business days of the notice. For further inquiries, potential respondents can contact Shanna Dellinger at shanna.dellinger.civ@army.mil or Robert A. Edwards at robert.a.edwards147.civ@mail.mil, with a contract award date anticipated for September 17, 2024.
    Request for Proposal Squad Aiming Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps, is soliciting proposals for the Squad Aiming Laser (SAL) system, with the intention of awarding a single-source Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract over a 60-month period. The procurement aims to secure a comprehensive laser system that includes equipment, mounting hardware, operator manuals, and ancillary gear, which are critical for enhancing the operational effectiveness of military weapon systems, particularly in conjunction with night vision devices. Interested small businesses must submit their proposals by September 25, 2024, and can direct inquiries to Nate Sudbeck at nathaniel.sudbeck@usmc.mil or Elizabeth Colvin at elizabeth.colvin@usmc.mil. The contract value is anticipated to range from a minimum of $1,000 to a maximum of $249 million, emphasizing the importance of compliance with federal regulations throughout the procurement process.
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to identify potential sources for the procurement of a Fusion Pro 48 Co2 120w Epilog Laser engraver or an equivalent model. The required equipment is intended for the Keesler Arts & Crafts Center at Keesler Air Force Base in Mississippi and must meet specific characteristics, including a maximum work area of 48” x 36”, compatibility with various substrates, and features such as mobility, rotary engraving attachments, and high-resolution optics. This procurement aims to enhance the arts and crafts program by providing advanced engraving technology, supporting creative initiatives at the facility. Interested parties must submit their responses by 3:00 PM CST on September 24, 2024, to the designated contacts, SSgt Taylor Williams and Kimberley L. Alvarez, via the provided email addresses.
    99 CS Spectrum Monitor Sys
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of specialized spectrum monitoring equipment under solicitation number F3G3FA4169AW01. This request for quotation (RFQ) is a Total Small Business Set-Aside and seeks to acquire two units of the UMS Digital Spectrum Monitoring Receiver and one unit of the CEPTOR Controller Station Spectrum Monitoring Software, both manufactured by Rohde and Schwarz, to enhance spectrum monitoring capabilities at Nellis Air Force Base in Nevada. The contract is anticipated to be a Firm Fixed Price (FFP) type, with a delivery timeline of four months after award, and proposals must be submitted electronically by September 20, 2024, remaining valid until September 30, 2024. Interested vendors should ensure they are registered in the System for Award Management (SAM) and can contact Agatha Keith Morrison at agatha.morrison@us.af.mil for further details.
    66--TIP,OPTICAL COMPONE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of the Optical Component (NSN 6650015893585). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential instruments and laboratory equipment, specifically categorized under the NAICS code 333310. The selected suppliers will be responsible for delivering the specified items to DLA Distribution within 126 days after order placement. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Wire Marking Machine MX Base w/4 OYs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center Operational Contracting Division (AFTC/PZIOA), intends to award a sole-source contract to Laselec Inc. for the annual maintenance of two MRO-200B UV Laser Wire Marking Machines over a five-year period, which includes one base year and four option years. The contract requires annual preventative maintenance visits and curative actions as necessary, ensuring the operational readiness of critical wire marking equipment used in various airframe modifications. The anticipated award date for this Firm Fixed Price (FFP) Commercial Purchase Order is September 26, 2024, with responses to the notice due by September 23, 2024. Interested parties may direct inquiries to Naomi Letting at naomi.letting@us.af.mil or Jala McLaughlin at jala.mclaughlin@us.af.mil.
    66--BEAM SPLITTER,OPTIC
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotes for the procurement of 10 units of an optic beam splitter, identified by NSN 6650015535575. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and is expected to result in approximately three orders per year. The beam splitter is crucial for various applications in instrumentation and laboratory equipment, underscoring its importance in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available through the DLA's online platform.
    66--LIGHT,ULTRAVIOLET,M
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 30 units of ultraviolet lights, specifically NSN 6635006115617. The solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, and it is classified under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing. These ultraviolet lights are critical for various laboratory and industrial applications, emphasizing the importance of reliable and efficient measuring instruments in defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Squad Aiming Laser
    Active
    Dept Of Defense
    The US Marine Corps seeks a single contractor to provide them with Squad Aiming Laser (SAL) systems and related services over a 60-month period. The department, emphasizing operational readiness, requires a range of laser devices and accessories at a fixed price. Contractors must adhere to detailed performance specifications and deliver varying quantities as outlined in the pricing workbook. This procurement process, focused on small businesses, includes rigorous assessments and inspections to ensure the delivery of high-quality, reliable laser systems. Important deadlines include a post-award conference within ten days of the contract award and a submission deadline expected in June. Contact Nate Sudbeck or Elizabeth Colvin for more information.
    Request For Quote - Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is soliciting quotes for a Deployable Automatic Number Plate Recognition (ANPR) Speed Camera system under solicitation number F1S3AL4233AW01. The procurement is set aside for small businesses and requires key components such as a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar power kit, and an enclosure, all designed to operate without cloud connectivity and powered by solar energy. This system is crucial for enhancing traffic enforcement capabilities by capturing clear images of speeding vehicles, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.