Notice of Intent to Sole Source Diagnostics of HSRL-2 GOLD Laser Electronics Unit
ID: 80LARC3132025QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    NASA's Langley Research Center is seeking to procure diagnostic and repair services for the HSRL-2 GOLD Laser Electronics Unit, with the intention of issuing a sole source contract to Fibertek Inc. The procurement involves labor for diagnosing the laser unit, receiving government-furnished equipment, and providing documentation, culminating in a report detailing the findings and a formal quote for repairs. The GOLD laser is a custom-built, high-power pulsed laser critical for atmospheric ozone profiling, and Fibertek, as the original equipment manufacturer, possesses the unique capabilities required for this specialized service. Interested organizations may submit their qualifications to Michael Devine at michael.p.devine@nasa.gov by March 20, 2025, at 4:30 PM EST for consideration in this acquisition process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    New purchase of Verdi V6 Raman 532nm Laser
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the acquisition of a Verdi V6 532 nm laser, which is essential for Raman spectroscopy analysis under various conditions. The laser must deliver 6W of stable 532 nm light with specific performance parameters, including single frequency capability, low noise levels, and tightly defined beam characteristics, along with a chiller and adjustable power supply. This procurement reflects the government's commitment to acquiring high-quality scientific equipment for research purposes, with delivery expected within 16 weeks post-award and a standard warranty for hardware maintenance. Interested vendors must respond by March 24, 2025, at 10 AM EST, and direct their inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Laser System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole-source procurement for a fiber-coupled 553 nm laser system, as outlined in presolicitation notice FA875125Q0061. The system must meet stringent specifications, including a center frequency of 541.433 THz, a mode hop-free tuning range of over 30 GHz, and various operational capabilities to withstand environmental conditions, making it critical for advanced research and operational applications. The anticipated award date is on or before April 14, 2025, and interested parties may submit capability statements to Brooke McDonald at brooke.mcdonald@us.af.mil by the response date of March 31, 2025, although no contract will be awarded based on this notice alone.
    Laser Screening and Lot Qualification Testing
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide laser screening and lot qualification testing services at the NASA Johnson Space Center in Houston, Texas. This procurement aims to ensure the rigorous testing of lasers used in the Primary Constituent Monitor (PCM) Project, which is critical for monitoring oxygen, carbon dioxide, and water levels in the Habitation and Logistics Outpost (HALO) module for the Artemis IV mission. The selected contractor will be responsible for conducting Electro-Optical Performance Testing, Laser Screening, and Lot Acceptance Testing, adhering to NASA standards to guarantee the reliability and safety of these essential components. Interested parties should contact Maya Evans at maya.e.evans@nasa.gov or Stephen Noethen at stephen.d.noethen@nasa.gov for further details.
    Repair of BMF Filmetrics F40 UV System
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for the repair of its Filmetrics F40 UV White Light Spectrophotometer system, which is currently non-operational. The procurement aims to restore the spectrophotometer to Original Equipment Manufacturer (OEM) specifications, requiring the contractor to provide all necessary parts, labor, and a one-year warranty on non-consumable parts and labor. This equipment is critical for characterizing films used in microelectronics fabrication processes at NIST's Boulder Micro-fabrication Facility. Interested vendors should respond to Cielo Ibarra at cielo.ibarra@nist.gov with their qualifications and relevant information by the specified deadline, as this notice is part of NIST's market research and does not constitute a commitment to award a contract.
    TECHNOLOGY TRANSFER OPPORTUNITY: Guided wave-based system for cure monitoring of composites using piezoelectric discs and fiber Bragg gratings (FBGs) (LAR-TOPS-303)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a guided wave-based system for cure monitoring of composites using piezoelectric discs and fiber Bragg gratings (FBGs). This technology is used to monitor the cure rate of resins and detect defects in carbon fiber reinforced polymer composites, which are extensively used in aircraft, automotive, and other applications. The system measures temperature, strain, and guided waves during cure, allowing for life-cycle monitoring and damage detection. It is applicable to manufacturers of aircraft parts, marine hull sections, high-speed rail sections, automotive parts, and building parts. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). No follow-on procurement is expected from this notice. For more information, visit the NASA Technology Transfer Portal.
    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.
    SOLE SOURCE – HELIOS G4 MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to establish a sole source maintenance agreement for the Helios G4 UX Scanning Electron Microscope with FEI Company. This procurement is essential for ensuring the operational readiness and maintenance of critical electronic and precision equipment, reflecting the government's commitment to maintaining high standards in laboratory operations. The contract, identified by solicitation number N00164-25-Q-0576, is structured as a firm-fixed price agreement, with a service period from April 7, 2025, to April 6, 2026, and offers must be submitted by March 20, 2025, at 3:00 PM Eastern Time. Interested vendors can contact Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil for further details and must be registered in the System for Award Management (SAM) to participate.
    TECHNOLOGY TRANSFER OPPORTUNITY: Laser Linear Frequency Modulation System (LAR-TOPS-95)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the Laser Linear Frequency Modulation System (LAR-TOPS-95). This breakthrough technology improves laser frequency modulation for precision laser radar (lidar) applications. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    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.
    Repair of B-2 Laser Energy Monitor, Optical Assembly
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.