Lumibird Pulsed Erbium Fiber Laser (PEFL-EOLA)
ID: 145036240030SMType: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

OPTOELECTRONIC DEVICES AND ASSOCIATED HARDWARE (5980)
Timeline
    Description

    The National Oceanic and Atmospheric Administration's (NOAA) Chemical Sciences Laboratory (CSL) seeks to acquire a specialized Pulsed Erbium Fiber Laser (PEFL-EOLA) for delivery to Boulder, Colorado. CSL intends to negotiate a sole-source contract with Lumibird Inc. based on their exclusive distribution of lasers suited to NOAA's requirements.

    The laser system is a critical component in a new Doppler lidar being developed for research purposes. CSL aims to replace an existing erbium-doped fiber amplifier while minimizing modifications to the current system, ensuring continuity in their research schedule. The PEFL-EOLA's unique specifications, including high energy and peak power, make it an ideal fit for CSL's requirements.

    This acquisition notice is a preliminary step allowing potential competitors to submit documentation if they can fully meet NOAA's needs. Substantiating evidence must be submitted within 15 days of the publication date. The government will then decide, at its discretion, whether to proceed competitively.

    The contract award will require delivery within 130 days of the award date. Applicants should be aware that oral communications will not be considered, and responses must be submitted in writing to the primary contact, Stephanie Mas, whose email and phone details are provided in the notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Vexlum SHG Laser
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Vexlum OY of Tampere, Finland for the procurement of Vexlum SHG Laser. This laser, known as VALO SHG SF – Visible single-frequency VECSEL, is used for specific applications in the field of semiconductor devices and associated hardware. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement within 5 calendar days of the publication of this notice.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    Evaluation, repair and upgrade of 4 each LIMITER, TR, BEVERLY MICROWAVE PN: BS-2000-320-0000, ASN: R400-2A5A1.
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to evaluate, repair, and upgrade four LIMITER, TR, BEVERLY MICROWAVE units, part number BS-2000-320-0000, from the original equipment manufacturer, Communications & Power Industries LLC, located in Beverly, Massachusetts. This procurement is justified as a sole source due to the unique capabilities of the manufacturer, which is the only authorized source for repairs of these specific devices. The TR Limiter is a commercially available item critical for NOAA's operations, and the government does not possess the data rights necessary for alternative repairs. Interested parties can reach out to Adrian Hall at adrian.hall@noaa.gov or by phone at 816-926-3357 for further information.
    Changed Sep 18, 2019 11:38 a.m.
    Active
    Dept Of Defense
    Neodymium-doped Yttrium Aluminum Garnet (Nd:YAG) Laser is being procured by the DEPT OF DEFENSE, DEPT OF THE ARMY. This laser is typically used for various applications such as medical procedures, scientific research, and industrial manufacturing. The procurement notice, titled "Neodymium-doped Yttrium Aluminum Garnet (Nd:YAG) Laser," is a Combined Synopsis/Solicitation. The place of performance is at the U.S. Army Research Laboratory in ABERDEEN PROVING GROUND, MD. The solicitation number is W911QX-19-Q-0193, and the response date is five business days after posting. The laser is required to be delivered within four months after contract award. The evaluation criteria for this procurement include technical specifications, past performance, and price. For more information, contact Alberta R. Stadtler at alberta.r.stadtler.civ@mail.mil or 301-394-1080.
    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.
    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.
    Effusion Cell for MBE 21T
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source purchase order to RIBER, INC for an Effusion Cell for MBE 21T. This procurement is for a semiconductor device and associated hardware used by the Naval Research Laboratory (NRL). The Effusion Cell is a critical component for Molecular Beam Epitaxy (MBE) systems, which are used in the fabrication of semiconductor materials and devices. The Effusion Cell is responsible for the controlled evaporation of source materials during the MBE process. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is James Chappell, email: james.chappell@nrl.navy.mil. Please reference the Notice of Intent number, N00173-24-Q-1301103552, in any correspondence.
    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.
    Teledyne RiverPro & StreamPro ADCP - Sole Source
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) of the Department of the Interior intends to award a sole-source contract to Frontier Precision Inc. for the procurement of specific Teledyne RD Instruments products, including a RiverPro Acoustic Doppler Current Profiler (ADCP) and a StreamPro ADCP, essential for hydrology work at stream gage stations. This acquisition, valued at approximately $66,440, is critical for ensuring equipment consistency across multiple BLM offices and associated agencies, enabling accurate discharge measurements vital for managing water reservations for fish habitats. Interested parties may submit capability statements by September 17, 2024, although a competitive solicitation will not be issued, as the procurement is justified under FAR 13.106-1(b)(1)(i) due to the unique qualifications of the required equipment. For further inquiries, contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208.
    Notice of Intent to Sole Source: Maximum Value (Ceiling) Increase of Contract 1332KP-23-D-NAAA0003, Geostationary Ground Sustainment Services (GGSS)
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole-source contract modification to increase the maximum value of the existing Indefinite Delivery, Indefinite Quantity (IDIQ) contract 1332KP-23-D-NAAA0003 for Geostationary Ground Sustainment Services (GGSS). This modification will raise the contract ceiling from $275,169,157 by an additional $270,727,196, resulting in a new maximum value of $545,896,353, as the incumbent contractor, L3Harris Technologies, Inc., is uniquely qualified to provide the specialized sustainment services required for the complex and interdependent components of the GEO Ground System. The sustainment of this system is critical for ensuring the reliability and safety of satellite operations, which involve extensive custom software and hardware configurations. Interested parties may express their interest and technical capabilities to the primary contact, Gerald Robertson, at gerald.robertson@noaa.gov, or the secondary contact, Tamalia Adams, at tamalia.adams@noaa.gov, by the specified deadline, although the government will not be responsible for any costs incurred in responding to this notice.