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
    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
    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.
    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(OSA) for the Air Force Institute of Technology (AFIT) Engineering Department Cleanroom, primarily to replace an outdated model.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
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.
    USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a firm-fixed-price single source contract to Bruker Biospin Corp for the acquisition of an X-Band Microwave Resonator. This specialized equipment is designed for electron paramagnetic resonance (EPR) and electron nuclear double resonance (ENDOR) microwave spectroscopy, with specific requirements including a resonant frequency of approximately 9.8 GHz and the capability to operate at cryogenic temperatures. The procurement is critical for advancing research in microwave spectroscopy, and interested parties are advised that this notice is not a solicitation for bids or proposals; however, they may submit documentation of their capabilities to the primary contact, John Perry, via email by August 18, 2025, at 10:00 MDT.
    SOLE SOURCE - Atomic Force Microscope
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure a sole-source Bruker MultiMode 8-HR atomic force microscope (AFM) system for the United States Naval Academy (USNA) in Annapolis, Maryland. This acquisition aims to enhance advanced research capabilities in high-resolution imaging and quantitative nanoscale characterization, while also supporting midshipmen's educational activities. The selected system will upgrade the existing Bruker MultiMode 8, ensuring compatibility with current equipment and providing proprietary imaging modes essential for non-destructive analysis of various surfaces. Quotes are due by December 16, 2025, and interested parties must be registered in SAM.gov to participate. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    high-speed, high dynamic range, thermal imaging system
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for a high-speed, high dynamic range thermal imaging system. This system is intended to operate in the medium-wavelength infrared (MWIR) band and is crucial for advancing research capabilities at the Air Force Institute of Technology (AFIT), particularly in graduate optical engineering labs and ongoing defense-centered projects. Interested firms are required to submit a capability statement electronically to the designated contacts by December 15, 2025, at 11:00 AM EST, with all submissions becoming government property and subject to specific formatting guidelines. For further inquiries, interested parties can reach out to Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    59--WAVEFORM GENERATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 75 units of a waveform generator, identified by NSN 0O-5998-LLH7F2388, from Lockheed Martin Corp. This procurement is governed by specific source control requirements, indicating that the part must be acquired from the approved source due to the lack of available technical data or manufacturing knowledge for alternative sources. The contract is set to be negotiated with only one source under FAR 6.302-1, and interested parties have 45 days to express their interest or submit proposals, with the primary contact for inquiries being James Fleniken at (614) 693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Quickset Gimbal system to be delivered and installed at Wright-Patterson Air Force Base, Ohio. This procurement is a 100% small business set-aside under NAICS code 334516, with the objective of acquiring a system that stabilizes and controls a collection of hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for educational purposes in Optical Engineering and Applied Physics courses. The selected vendor must meet specific technical requirements, including a minimum payload capacity of 1200 lbs and an IP67 environmental rating, with a contract period of performance of six weeks post-award. Quotes are due by December 19, 2025, at 1:00 PM EST, and interested parties should direct inquiries to Bryson Pennie and Linh Jameson via email before December 16, 2025.