Thorlabs Equipment
ID: FA875125Q0094Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for Thorlabs equipment through a combined synopsis/solicitation (FA875125Q0094). The procurement requires the contractor to provide brand name Thorlabs products as specified in the attached List of Materials, with all items to be factory new and delivered on a firm fixed price basis, including shipping to Rome, NY. This equipment is crucial for various defense applications, emphasizing the importance of high-quality optical instruments and test equipment in military operations. Interested offerors must submit their quotes by 3:00 PM Eastern Time on June 18, 2025, to the designated contact, Leena Budhu, via email or at the specified address, ensuring compliance with all outlined terms and conditions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications for federal contracts, focusing on commercial products and services. It emphasizes the necessity for potential offerors to complete annual representations digitally via the System for Award Management (SAM). The provisions include stipulations regarding covered telecommunications equipment and services, referring to the John S. McCain National Defense Authorization Act, which prohibits contracting with entities using such equipment. It requires offerors to declare their status concerning these telecommunications items, necessitating disclosures if they do utilize covered equipment. Additionally, it encompasses the Buy American Act, where offerors must verify the origin of their products and whether they contain critical components. This ensures compliance with federal guidelines and promotes domestic production especially in defense-related contracts. Overall, the document serves as a key compliance guideline for offerors responding to federal requests for proposals (RFPs) and grants.
    The government document pertains to a Request for Proposals (RFP) aimed at enhancing community health services through innovative healthcare delivery models. The RFP encourages local and state agencies, as well as nonprofit organizations, to submit proposals that demonstrate effective strategies for improving access to healthcare, particularly for underserved populations. Key objectives include integrating services, promoting preventive care, and utilizing technology to streamline patient engagement and information sharing. Applicants are required to present a comprehensive plan detailing their proposed methodologies, expected outcomes, and budget allocation. Emphasis is placed on collaboration with community stakeholders and measuring performance metrics to ensure accountability. The overarching goal of this initiative is to foster health equity and improve overall public health outcomes within targeted communities, aligning with federal priorities for healthcare reform.
    The federal government is seeking proposals for a comprehensive program aimed at enhancing small business innovation through targeted grants. This initiative emphasizes supporting startups and small enterprises that focus on technology and research development, fostering economic growth and job creation. Key components of the program include funding opportunities for projects that align with government priorities, encouraging collaboration between private sector and research institutions. The RFP outlines eligibility criteria for applicants, which include demonstrating innovative solutions, potential market impact, and capacity to execute proposed projects. It details the evaluation process for submissions, highlighting factors such as innovation quality, feasibility, and projected outcomes. The funding will facilitate key activities including product development, market research, and testing, ultimately positioning small businesses to better compete in emerging markets. Furthermore, the RFP underscores the importance of sustainability and broader community benefits, urging applicants to incorporate socially responsible practices in their proposals. This initiative reflects the government’s commitment to fostering an entrepreneurial ecosystem that nurtures innovative technologies while addressing the evolving needs of society.
    The document outlines a federal grant opportunity aimed at enhancing educational outcomes in underserved communities. Specifically, the grant focuses on initiatives that promote innovative teaching practices, curriculum development, and the integration of technology in classrooms. Key components of the grant include fostering collaborations between schools, local businesses, and non-profit organizations to create a comprehensive support system for students. Eligible applicants are school districts and educational organizations that demonstrate a commitment to improving educational equity. The grant emphasizes measurable outcomes, requiring applicants to outline their proposed methods for assessing the impact of funded projects. This initiative is part of a broader strategy to address systemic inequalities in education and ensure all students have access to quality learning experiences. The document concludes with details on the application process, including submission deadlines, eligibility criteria, and evaluation metrics, highlighting the government's dedication to enhancing educational opportunities for marginalized populations.
    Lifecycle
    Title
    Type
    Thorlabs Equipment
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    66--LENS,OPTICAL INSTRU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of optical instrument lenses, specifically NSN 6650001193966, with an initial order quantity of 52 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum of seven units. These optical lenses are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    66--TEST SET,OPTICAL PO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of the Optical Test Set (NSN 6650015094844). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for small businesses under the SBA guidelines. The Optical Test Set is crucial for various defense applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    12--CASE,OPTICAL INSTRU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 34 units of the optical instrument case (NSN 1240016140027). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of five. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these optical instruments in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Thorlabs Infrared Spectrum Analyzer
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Thorlabs Inc. for the procurement of a Thorlabs Infrared Spectrum Analyzer. This specialized analytical laboratory instrument is critical for the NRL's research and development efforts, and the purchase will be made under Simplified Acquisition Procedures, adhering to FAR Part 13.106-1(b) for transactions not exceeding $250,000. Interested parties may express their capability to fulfill this requirement, but the government retains discretion over whether to pursue competitive procurement based on the responses received. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301265113.
    58--CELL,OPTICAL ELEMEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of optical elements, specifically the CELL, OPTICAL ELEMEN, under solicitation number NSN 5855014441231. The procurement includes two lines: 4,429 units to be delivered within 288 days and 1 unit to be delivered within 60 days, both to DLA Distribution. These optical elements are critical for various defense applications, emphasizing the importance of timely and reliable supply. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.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.
    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.
    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.
    66--LENS,OPTICAL INSTRU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of optical instrument lenses, specifically NSN 6650016143302, under a Total Small Business Set-Aside. The contract will involve the delivery of eight units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000, with an estimated seven orders per year. These optical lenses are critical for various defense applications, and all responsible sources are encouraged to submit electronic quotes by the specified deadline. For inquiries, interested parties can contact the DLA via email at DibbsBSM@dla.mil.
    66--TEST SET SUBASSEMBL
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 26 units of the TEST SET SUBASSEMBL, identified by NSN 6665123891627. This solicitation is a Request for Quotation (RFQ) and is aimed at acquiring essential testing equipment used in various defense applications, ensuring operational readiness and reliability of military systems. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 113 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.