Sources Sought for One (1) Laser Glass Processing System
ID: W911QX-25-Q-A003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The Department of Defense, specifically the U.S. Army Research Laboratory, is seeking to procure one laser glass processing system through a combined synopsis/solicitation process. The system must meet specific technical requirements, including dual heat sources with an integrated CO₂ laser and resistive fusion filament technology, designed for advanced laser materials processing applications. This procurement is critical for enhancing the Army's capabilities in laser technology, with a delivery deadline of 90 days post-contract award to the Adelphi Laboratory Center in Maryland. Interested vendors should submit their proposals by 5:00 PM Eastern Time, five business days after the posting date, and can direct inquiries to Benjamin Krein at benjamin.l.krein.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a solicitation by the U.S. Army Contracting Command (ACC-APG) for supplies or services, explicitly indicating that it intends to negotiate only with Thorlabs, Inc. under a Firm Fixed Price contract. Key contacts are identified, including the Contract Specialist and Contracting Officer. The solicitation incorporates various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference, especially those regarding unique item identification, payment procedures through the Wide Area Workflow (WAWF), and limitations on telecommunications equipment provided. The document also stipulates conditions concerning foreign nationals, payment terms, and mandatory compliance with specific statutes and executive orders. The government outlines that it requires unique identification for items above $5,000 and specifies reporting requirements for these items. Furthermore, it emphasizes the prohibition against contracting for certain telecommunications and video surveillance materials linked to foreign entities due to national security concerns. This comprehensive framework ensures that the solicited contract aligns with federal guidelines while addressing unique compliance and reporting necessities within government procurement processes.
    The United States Army Research Laboratory (ARL) is seeking a laser glass processing system that meets specific technical requirements. The system must incorporate dual heat sources, specifically an integrated carbon dioxide (CO₂) laser and resistive fusion filament technology. It should feature an annular CO₂ laser beam configuration for uniform heating, and a 40-watt CO₂ laser design for optimized power control. Additionally, the system must include a filament fusion furnace that allows flexibility with various resistive filament materials and supports soft glass splicing and tapering capabilities. High-resolution imaging and alignment features such as True Core imaging for fiber alignment and rotational capabilities for splicing accuracy are also required. The document serves as part of a Request for Proposal (RFP) process to source advanced laser technology for military applications, demonstrating the ARL’s commitment to developing sophisticated laser materials processing capabilities while ensuring all specified features are commercially available.
    The document outlines a solicitation for the acquisition of a laser glass processing system by the U.S. Army Research Laboratory. It specifies the intent to solicit from Thorlabs, Inc., as the sole source under FAR guidelines. The key details include the solicitation number W911QX-25-Q-A003, a five-business-day response period, and a delivery deadline of 90 days post contract award to Adelphi Laboratory Center, Maryland. The acquisition is classified under NAICS Code 334516, with a size standard of 1,000 employees for small businesses. The document includes required clauses and provisions for submissions, emphasizing compliance with numerous FAR and DFARS regulations. Additionally, it details acceptance procedures, payment terms, and specific requirements related to certifications and representations by the offeror. The intent is to procure specialized equipment efficiently while ensuring adherence to federal acquisition policies and standards.
    The document is a Sources Sought Notice from the U.S. Army Research Laboratory, seeking potential sources for a laser glass processing system. This notice, dated February 13, 2017, is intended for market research and does not constitute a solicitation for proposals or a commitment to purchase. It invites responses from various industries, particularly encouraging participation from small businesses, including those classified under different disadvantaged statuses (e.g., HUBZone, SDVOSB, WOSB). Respondents are requested to provide details on how they can meet the expected specifications, their business type, size, and relevant past performance. The closing date for responses is April 24, 2025, and submissions must be directed to the designated Contract Specialist, Benjamin Krein. The performance location is in Adelphi, Maryland, with an estimated delivery timeframe set for September 2025. Overall, the document emphasizes the government's focus on gathering information to ensure competitive contracting opportunities within the context of small business participation in federal procurement processes.
    Similar Opportunities
    Eyesafe Laser Rangefinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for a five-year Firm-Fixed-Price contract to supply Eyesafe Laser Rangefinders (NSN: 1240-01-716-4166, Part Number: 13083232) from approved manufacturers such as Northrop Grumman and Hensoldt Optronics. The contract will require a minimum delivery of 36 units and a maximum of 960 units over the contract period, emphasizing the importance of these devices for military applications in navigation and targeting. Interested offerors must submit their proposals electronically by December 24, 2025, and should contact Muhammad Kah at Muhammad.kah@dla.mil or 586-467-1203 for further information regarding the solicitation and requirements.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    Request for Proposal PR408353 Continuous Wave Laser Welder Station
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for a Continuous Wave Laser Welder Station under Request for Proposal PR408353, with offers due by December 19, 2025. The procurement aims to acquire a single unit that meets specific technical specifications outlined in the attached documents, which include detailed requirements for the laser station's components and capabilities. This equipment is crucial for advanced welding applications at the Oak Ridge National Laboratory, enhancing operational efficiency and precision in research and development projects. Interested vendors should direct inquiries to Kevin Nelson at nelsonkr@ornl.gov or Terri Cleveland at clevelandtd@ornl.gov, and ensure compliance with all proposal requirements, including representations and certifications, as detailed in the solicitation documents.
    Sources Sought Notice for Continuous Wave Parametric Oscillator (CW OPO) Laser System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information regarding a Continuous Wave Parametric Oscillator (CW OPO) Laser System to fulfill specific technical requirements. The desired system must include a pump laser, signal and idler laser outputs with defined tunable ranges and power, control electronics compatible with U.S. power and Windows PCs, as well as a high-accuracy wavelength meter and stabilization controls. This procurement is crucial for advancing analytical laboratory capabilities, and interested vendors are encouraged to submit their company details, equipment specifications, and service offerings by email to Forest Crumpler at forest.crumpler@nist.gov by October 31, 2022. This notice serves as market research and does not constitute a solicitation or commitment to award a contract.
    34--ENGRAVING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two engraving systems, identified by NSN 3417015526525. The requirement includes delivery to DLA Distribution San Diego within 156 days after order, with the approved source being 1GCR7 VLS3.60DT50. These engraving systems are critical for metalworking applications, ensuring precision and efficiency in military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    Laser Cutting Machine Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance services on laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement includes maintenance, calibration, and provision of parts for the equipment, ensuring adherence to a Performance Work Statement (PWS) that outlines specific tasks such as servicing the resonator and cleaning external mirrors. This opportunity is critical for maintaining the operational efficiency and longevity of government-owned laser cutting machinery. Interested contractors should refer to the attached solicitation documentation and note that the due date for offers has been extended to December 16, 2025; inquiries can be directed to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
    CensiTrac Laser Instrument Marking Machine
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a CensiTrac Laser Instrument Marking Machine through a sole source justification. This specialized equipment is essential for marking instruments used in hospital settings, falling under the category of hospital furniture, equipment, utensils, and supplies. The procurement aims to enhance operational efficiency and ensure compliance with medical standards. Interested vendors can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Marcus Thomas at marcus.thomas.3@us.af.mil for further details regarding this opportunity.
    Portable Student Laboratory System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Portable Student Laboratory System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire laboratory equipment that will enhance educational experiences at the United States Military Academy, located at West Point, NY. The system is crucial for providing students with hands-on learning opportunities in analytical laboratory practices. Interested small businesses are encouraged to reach out to Paul Maxwell at paul.maxwell@westpoint.edu or call 845-938-2845 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Wazer Pro Bundle (No Substitutes)
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.