Visible Spectrum Benchtop Uniform Light Source
ID: FA860125Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)

Set Aside

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

    The Department of Defense, specifically the Air Force Institute of Technology (AFIT), is seeking proposals for the procurement of a tunable Visible Spectrum Benchtop Uniform Light Source. This equipment is crucial for enhancing educational experiences in physics and optical engineering, enabling students to study and calibrate imaging systems used in remote sensing, which is vital for national defense applications. The light source must cover a spectral range of 380 nm to 1000 nm with high accuracy and stability, and it is expected to be delivered within eight weeks of contract award without the need for installation or training. Interested small businesses must submit their quotes by March 12, 2025, and can contact Yusheng Chou at yusheng.chou@us.af.mil or Ljuan Benbow at ljuan.benbow.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the acquisition of a tunable Visible Spectrum Uniform Light Emitting Diode (LED) benchtop light source for the Air Force Institute of Technology (AFIT). This equipment is essential for enhancing the educational experience in physics and optical engineering by allowing students to study and calibrate imaging systems used in remote sensing—a critical area in national defense. The light source must cover a spectral range of 380 nm to 1000 nm with high accuracy and stability, including numerous technical specifications such as built-in monitoring systems and compatibility with standard operating systems. Delivery of the equipment must occur within eight weeks after the award, without requiring installation or training. Contractors are responsible for compliance with DFARS regulations regarding product origin, transportation, and delivery logistics at Wright-Patterson Air Force Base. Additionally, the statement specifies warranty conditions, invoice submission requirements, and delivery protocols to ensure the equipment meets rigorous operational standards. This procurement is vital for maintaining AFIT's capabilities in producing qualified graduates for federal and defense agencies reliant on advanced remote sensing technologies.
    The document is a combined solicitation and request for quote (RFQ) regarding the acquisition of a tunable radiometrically accurate spectrum light source for the Air Force Institute of Technology (AFIT) at Wright Patterson AFB, with a submission deadline of March 12, 2025. The purpose is to procure equipment capable of generating light across a specified range (380 nm to 1000 nm) with accuracy and stability, suitable for laboratory use. Key specifications include a spectral bandwidth of 20 nm, built-in calibration to ISO standards, and a user-friendly graphical interface. The solicitation is set aside for small businesses under NAICS 334516, and all interested businesses must be registered in the System for Award Management (SAM). The bidding process is conducted under simplified acquisition procedures, with the government expecting fair and reasonable pricing. Quotes received after the deadline will not be considered, and offerors are advised to adhere closely to the solicitation’s requirements and submit details regarding their offered equipment. Overall, this solicitation seeks to enhance AFIT’s research capabilities by providing advanced lighting technology through a competitive procurement process aimed at supporting small businesses.
    The document outlines a solicitation for a contract pertaining to the procurement of a tunable, radiometrically accurate spectral light source by the Air Force Institute of Technology (AFIT). The contract is issued under the Women-Owned Small Business (WOSB) program, indicating a commitment to supporting small businesses owned by women. Key details include the requisition and contract numbers, awarded date, and specified quantity (one unit) to be delivered within eight weeks of the award date. Safety and compliance clauses are integrated, mandating adherence to various federal regulations affecting business practices and payment processes. The procurement process emphasizes the importance of equal opportunity and anti-discrimination measures, reinforced by a series of Federal Acquisition Regulation (FAR) clauses. The document also specifies administrative and invoicing procedures, highlighting the significance of proper identification for all delivered items under Department of Defense unique identification requirements. This ensures compliance with national security regulations and strengthens accountability in federal acquisitions. The summary reflects the government’s objective of fostering transparency and affirmative action in contracting processes within the defense sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Thermal Imaging Camera
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals from qualified small businesses for the procurement of two thermal imaging cameras for the Air Force Institute of Technology (AFIT) at Wright Patterson Air Force Base in Ohio. The cameras are required to enhance AFIT's testing capabilities, featuring precise temperature measurement, live data transmission, and compatibility with Windows 11 software, with specifications including a spectral range of 7.5-14 microns and temperature measurement capabilities up to 2,000 degrees Celsius. This procurement is critical for supporting military research and development needs, with quotes due by March 14, 2025, and a performance period of 90 days post-award. Interested vendors must register in the System for Award Management (SAM) and may direct inquiries to primary contact Yusheng Chou at yusheng.chou@us.af.mil or secondary contact Kareem Beckles at kareem.beckles.1@us.af.mil.
    Sources Sought for Support Equipment, Spares, Services, and Installation Construction Associated with Commercially Off-The-Shelf (COTS) Mobile Off-Grid Robotic Telescope Observatories
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Space Systems Command, is seeking responses from small businesses for support equipment, spares, services, and installation related to commercially off-the-shelf (COTS) mobile off-grid robotic telescope observatories. This initiative aims to enhance space domain awareness and international partnerships by utilizing advanced optical systems for satellite observation, with a focus on both CONUS and OCONUS operations, particularly in regions like South America and Africa. The project is part of a broader strategy to improve military capabilities and foster collaboration, with interested parties required to submit their responses by March 25, 2025, to the primary contact, Keith Brandner, at keith.brandner@spaceforce.mil, or the secondary contact, Melina Monroy-Szita, at melina.monroy-szita@spaceforce.mil.
    30 SC Fiber Test Set
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a Multifunction Fiber Optic Tester under solicitation number FA4610-25-Q-0014. The procurement requires new fiber testing devices that meet specific technical specifications, including bi-directional link-loss measurement and automated testing capabilities, to ensure high-quality performance for military operations. This opportunity is crucial for maintaining reliable fiber optic networks, which are essential for communication and operational efficiency within the Air Force. Interested contractors must submit their quotes by March 13, 2025, with questions accepted until March 4, 2025. For further inquiries, contact Chris Hummel at christopher.hummel.6@us.af.mil or Jeffrey Weeks at jeffrey.weeks.5@spaceforce.mil.
    Sources for Ultraviolet Nuclear Spectroscopy of Thorium (SUNSPOT)
    Buyer not available
    The Defense Advanced Research Projects Agency (DARPA) is seeking proposals for the Sources for Ultraviolet Nuclear Spectroscopy of Thorium (SUNSPOT) program, aimed at developing high-coherence vacuum ultraviolet (VUV) radiation sources for spectroscopy of the thorium-229 nuclear isomeric transition. The primary objectives include achieving specific performance metrics, such as output power exceeding 1 µW and linewidths below 30 Hz, to enhance precision in atomic clock technologies critical for Department of Defense operations. This initiative represents a significant advancement in timing technologies, addressing vulnerabilities in traditional systems like GPS. Proposals are due by March 13, 2025, with a proposers' day scheduled for February 7, 2025. Interested parties can contact the BAA Coordinator at SUNSPOT@darpa.mil for further information.
    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.
    Sources Sought Notice for Laser and Optical Parametric Amplifiers for Multiphoton Microscopy
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for laser and optical parametric amplifiers intended for multiphoton microscopy applications. This procurement aims to enhance the capabilities of analytical laboratory instruments, which are crucial for advanced scientific research and development. The goods sought will play a significant role in improving imaging techniques and data acquisition in various fields, including biology and materials science. Interested vendors should reach out to Tracy Retterer at tracy.retterer@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further details regarding this opportunity.
    Anti - Reflection Device, Optical Instrument
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for the procurement of an Anti-Reflection Device for Optical Instruments, identified by National Stock Number (NSN) 6650-01-479-5386. This contract aims to provide stock replenishment coverage in support of military depots, with a required delivery timeframe of 220 days, or 160 days with a First Article Test (FAT) waiver. The contract will be a Fixed Price, Indefinite Delivery Contract (IDC) with a base period of three years and two optional one-year extensions, totaling a maximum duration of five years. Interested small businesses must submit proposals electronically by the specified deadline, with the solicitation expected to be available on February 18, 2025, under solicitation number SPE7LX25RX002. For further inquiries, potential bidders can contact Brandan G. Litman at Brandan.Litman@dla.mil or Kristina Wolf at Kristina.Wolf@dla.mil.
    Supercontinum Fiber Lasers, No Equivalents or Sustitutions
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking proposals for the procurement of Supercontinuum Fiber Lasers, with no equivalents or substitutions accepted. This procurement is critical for advancing research and development capabilities at the laboratory, which operates under a government-owned, contractor-operated model. The selected contractor will be required to comply with stringent quality assurance standards, including ISO 9001, and must adhere to specific delivery protocols for hazardous materials. Interested vendors should contact Malen Valencia at mvalencia@bnl.gov for further details regarding the solicitation process.
    Modulation Analyzer 8201A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two Boonton Modulation Analyzers (8201A) through a combined synopsis/solicitation process. These analyzers are essential for the calibration of avionics test station equipment, operating within a frequency range of 100 kHz to 2.5 GHz, and must meet specific technical requirements such as GPIB connection and Quasi-Peak Detection. This procurement is a total small business set-aside, emphasizing the importance of fair competition among small businesses, with proposals due by March 11, 2025. Interested vendors should contact Monica Cantabrana or SrA Micaiah Lampkin for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.
    RFQ - 711 HPW/RHDR 10kW Amplifier System
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for a 10kW amplifier system to replace outdated equipment at the 711 HPW/RHDR, with a focus on enhancing research capabilities in high peak power continuous and pulsed microwave applications. The procurement requires a system that meets specific technical specifications, including a frequency range of 1-6 GHz and a minimum power output of 8 kW to 10 kW, ensuring compatibility with existing infrastructure and operational efficiency. This upgrade is critical for ongoing bioeffects research, with a desired delivery timeline of 18 months post-award to Fort Sam Houston, Texas. Interested small businesses must submit their quotes by April 1, 2025, and can direct inquiries to Contracting Officer Chris Stokes at chris.stokes.1@us.af.mil.