AFIT Optical Spectrum Analyzer
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of an Optical Spectrum Analyzer (OSA) to Yokogawa Corporation of America. The requirement is for the AQ6380-10-L1-FCC/Z model, which is essential for supporting various Cleanroom courses at the Air Force Institute of Technology (AFIT) and provides precise measurements of optical spectra within the 900 to 1650 nm wavelength range. This acquisition is critical for enhancing the educational and research capabilities of AFIT, ensuring that students are equipped with state-of-the-art tools necessary for advancements in optical technology for the Air and Space Forces. Interested parties may direct inquiries to Shemari Hale at shemari.hale@us.af.mil or Ljuan Benbow at ljuan.benbow.1@us.af.mil, with responses accepted until April 11, 2025, at 10:00 AM.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 4:10 PM UTC
The document FA860125R0020 addresses vendor inquiries regarding a government contract. It confirms that this particular contract is a new opportunity, as the previous contract (FA860123P0022) has expired. The response clarifies that there is no incumbent vendor currently providing these services. This RFP serves as an official communication pertaining to federal procurement procedures, where transparency and clarity regarding contract status are critical for potential bidders. As part of the federal government's process to attract and inform vendors, this exchange illustrates the importance of established protocols in maintaining fair competition and ensuring a clear understanding of contract availability for future service providers.
Apr 4, 2025, 4:10 PM UTC
The document outlines a Statement of Work for acquiring a new Optical Spectrum Analyzer (OSA) for the Air Force Institute of Technology (AFIT) Engineering Department Cleanroom, primarily to replace an outdated model. The current Yokogawa AQ6370C is 20 years old and does not meet the operational needs for measuring optical spectra within the 900 to 1650 nm range. The new model, AQ6380-10-L1-FCC/Z, offers advanced capabilities, including a resolution of 5 pm, which is significantly higher than the older model, enabling precise measurement critical for high-level research and development in photonics. The scope includes minimum technical requirements, delivery specifics, and a three-year warranty. The procurement process is expected to have a lead time of 10-12 weeks after contract approval, with delivery procedures outlined for shipment to the designated AFIT location. The project period is set from March 10 to July 24, 2025. This initiative underscores AFIT's commitment to providing students with state-of-the-art tools necessary for advancements in optical technology for the Air and Space Forces, therefore enhancing educational quality and research capabilities.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
SINGLE PHOTON AVALANCHE DIODE (SPAD) CAMERA WITH ACCESSORIES
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting quotes for a Single Photon Avalanche Diode (SPAD) camera with accessories, aimed at enhancing educational capabilities at the Air Force Institute of Technology. This procurement seeks to acquire one unit of the SPAD camera, which is essential for advanced remote sensing applications, allowing students to engage with cutting-edge imaging technology capable of capturing single-photon images for 3-D reconstructions. The successful contractor must deliver and install the system within six weeks of contract award, adhering to stringent technical specifications and compliance requirements. Quotes are due by 29 April 2025, at 1:00 PM EST, and interested vendors should direct inquiries to Jennifer Blackford or Raschelle Swindle via email.
Emerging Tech Portable Shearography System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure one Portable Shearography Inspection System, including necessary software, for the 76th AMXG based in Carlton Landing, Oklahoma. The system must meet specific technical requirements, including a built-in laser device, thermal stress devices, a digital Shearography camera, and advanced image processing software capable of various functionalities such as real-time phase mapping and defect measurement. This equipment is crucial for non-destructive testing and inspection processes, ensuring the integrity of aerospace components. Interested vendors should contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further details regarding this presolicitation opportunity.
Fiber Optic Measurement System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing a Fiber Optic Measurement System (FOMS) as outlined in the attached Statement of Work (SOW). The procurement aims to acquire Test and Measurement Diagnostic Equipment (TMDE) that meets stringent performance metrics, including specifications for electrical power, environmental limits, and compatibility with standard digital control interfaces, which are critical for advanced fiber optic measurement capabilities in Navy laboratories. Interested parties are invited to submit a Capability Statement detailing their qualifications, estimated pricing, and lead times by April 28, 2025, to procurement specialist Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1008A in the subject line. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
Keysight PathWave Test Automation License
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Keysight PathWave Test Automation licenses under a total small business set-aside. The contract requires authorized resellers to provide two developer system licenses and a 12-month software support subscription, all to be delivered electronically within 30 days after receipt of order. This procurement is critical for enhancing testing capabilities in electrical and electronic properties, and interested vendors must submit their quotes by 3:00 PM Eastern Time on April 22, 2025, to the primary contact, Tabitha Haggart, at tabitha.haggart@us.af.mil. Compliance with various federal regulations and certifications is mandatory, as outlined in the attached documentation.
KC-130 Radar Signal Simulator and Spares
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, intends to procure a Fixed-Price contract for specific Peculiar Support Equipment (PSE) related to the KC-130J Kuwait Foreign Military Sales (FMS) Program. The procurement includes items such as the Radar Signal Simulator AN/PLM-4 and various associated components, all of which are exclusively manufactured by Symetrics Industries LLC, the Original Equipment Manufacturer (OEM). This acquisition is being pursued on a sole source basis due to the lack of available technical data for competitive bidding, and interested parties are invited to submit responses within fifteen (15) calendar days of the notice publication. For further inquiries, potential respondents can contact Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil, with responses due by April 24, 2025, at 3:00 PM EDT.
NX9000 Maintenance Contract
Buyer not available
The Department of Defense, specifically the Air Force, is planning to award a sole-source firm-fixed-price contract for the maintenance of the Hitachi NX9000 system at Eglin Air Force Base in Florida. This contract, valued at approximately $268,680, will be awarded to Hitachi High-Tech America, Inc., the original equipment manufacturer, due to their exclusive access to the necessary intellectual property and OEM parts required for servicing the equipment. The contract will cover a base year and two option years, with the anticipated award date set for May 25, 2025, and interested parties must submit their capabilities in writing by April 25, 2025, to the primary contact, Amn Alexander Maravilla, at alexander.maravilla@us.af.mil.
BRAND NAME – Keysight Equipment
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure specific Keysight equipment under solicitation number N00164-25-Q-0588. The procurement includes various models of Keysight products, such as multifunction switches and calibration units, with a total quantity of 22 items required. This sole source procurement emphasizes Keysight Technologies as the exclusive supplier, aligning with federal regulations that promote small and women-owned businesses in government contracting. Interested vendors must submit their offers via email to Trista Ray by April 22, 2025, at 4:00 PM Eastern Time, and ensure compliance with the Trade Agreements Act (TAA) and registration in the System for Award Management (SAM).
Fiber Optic Test Instruments Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking qualified contractors for the maintenance and calibration of Fiber Optic Test Instruments through a Master Blanket Purchase Agreement (BPA). The contractor will be responsible for inspecting, repairing, and calibrating approximately 75 instruments annually, including Optical Time-Domain Reflectometers (OTDRs) and fusion splicers, ensuring adherence to rigorous standards and timelines. This procurement is crucial for maintaining the functionality of essential equipment used in various operations, with a total estimated value of $243,750 over a five-year period. Interested parties must submit their quotes and technical documentation by 1:00 PM Central Time on April 25, 2024, to Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil.
Rheometer Attachment
Buyer not available
The Department of Defense, specifically the U.S. Air Force Academy (USAFA), intends to award a sole source contract for a Rheometer attachment to TA Instruments – Water LLC. The procurement aims to acquire a dielectric rheometry module compatible with the existing TA Instruments discovery hybrid rheometer (DHR), which is crucial for advancing materials research and development by enabling simultaneous dielectric and rheological measurements. This specialized equipment is vital for analyzing materials such as PVC, PFDF, PMMA, and other composites, enhancing the Academy's research capabilities. Interested parties may contact Ms. Susan D. Ulma at susan.ulma@us.af.mil for further information, although this is not an invitation for competitive quotes, and responses must be submitted by the specified deadline to be considered.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.