MOT Collimators
ID: N6228525RC01P2TType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 12:00 PM UTC
Description

The Department of Defense, through the Fleet Logistics Center Norfolk, is seeking qualified sources for the procurement of 13 Magneto-Optical Trap (MOT) beam-expanding collimators for the United States Naval Observatory. The collimators must meet specific technical specifications, including compatibility with defined PM fiber, Gaussian intensity output, and construction from non-magnetic materials, all aimed at enhancing the precision of timekeeping for the Department of Defense. This procurement is critical as the U.S. Naval Observatory is responsible for maintaining official time using advanced atomic clock technology, and the required delivery timeframe is six months from the award date. Interested parties should submit capability statements and estimates to Ian Tupaz at ian.j.tupaz.civ@us.navy.mil by 8:00 AM EST on April 15, 2025, and must include essential company information and registration status.

Point(s) of Contact
Ian Tupaz Contract Specialist: Ian Tupaz ian.j.tupaz.civ@us.navy.mil
ian.j.tupaz.civ@us.navy.mil
Files
Title
Posted
Apr 8, 2025, 9:06 PM UTC
The U.S. Naval Observatory (USNO) seeks to acquire 13 fiber beam expanders for its Magneto-Optical Trap (MOT) used in precise timekeeping. This procurement is essential as USNO is responsible for maintaining the official time for the Department of Defense using advanced atomic clock technology. The required MOT collimators must adhere to specific technical specifications, including compatibility with a defined PM fiber, a Gaussian intensity output, and non-magnetic materials. The design necessitates precise dimensions for the collimators, aimed at achieving optimal laser beam characteristics. Additionally, the collimators must be housed in anodized aluminum and incorporate features like antireflection coatings. Testing requirements include providing collimation data to ensure performance standards are met. This project underscores USNO's commitment to developing in-house solutions for high-performance timekeeping needs due to limited commercial availability.
Apr 8, 2025, 9:06 PM UTC
The Fleet Logistics Center in Norfolk, Virginia, is seeking information on qualified sources for a proposed contract to supply 13 Magneto-Optical Trap (MOT) beam-expanding collimators for the United States Naval Observatory. The anticipated contract is a Firm Fixed Price (FFP) under NAICS code 334519, with a required delivery timeframe of six months from the award date. This sources-sought notice is part of a planning effort and does not constitute a solicitation or contract commitment by the government. Interested parties are invited to submit capability statements and estimates via email by April 15, 2025. Responses should include essential company information, registration status, size classification, and any existing government contract vehicle details. The notice clarifies that responses will not be individually acknowledged and emphasizes that any submitted proprietary information will remain confidential. The government will not be liable for expenses incurred in response to this notice.
Lifecycle
Title
Type
MOT Collimators
Currently viewing
Sources Sought
Similar Opportunities
Mount Telescope
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of Mount Telescopes, identified by NSN 6650-01-340-6082 and Government Part Number 9356166. This opportunity is a total small business set-aside and involves a five-year Indefinite-Quantity Indefinite-Delivery (IDIQ) contract, with a minimum guaranteed quantity of 69 units and a maximum of 2,274 units over the contract period. The telescopes are critical for military applications, and compliance with Nuclear Regulatory Commission licensing requirements is mandatory for contractors. Interested parties must submit their proposals by May 7, 2025, at 3:00 PM EST, and can contact Donald Merkle at donald.merkle@dla.mil or 586-335-8436 for further information.
Fiber Optic Measurement System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing a Fiber Optic Measurement System (FOMS) as outlined in the attached Statement of Work (SOW). The procurement aims to acquire Test and Measurement Diagnostic Equipment (TMDE) that meets stringent performance metrics, including specifications for electrical power, environmental limits, and compatibility with standard digital control interfaces, which are critical for advanced fiber optic measurement capabilities in Navy laboratories. Interested parties are invited to submit a Capability Statement detailing their qualifications, estimated pricing, and lead times by April 28, 2025, to procurement specialist Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1008A in the subject line. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
Leica AT960 Absolute Tracker Package with T-Probe & Leica TM6100A Theodolite Package
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking potential sources for the procurement of specialized optical equipment, specifically the Leica AT960 Absolute Tracker and Leica TM6100A Theodolite packages, for use in their Flight Optics Test Evaluation and Characterization (FOTEC) lab. This equipment is crucial for the calibration, alignment, and characterization of sensitive space flight optics, ensuring precision performance in a cleanroom environment. The procurement emphasizes compatibility with the Spatial Analyzer software and includes requirements such as a minimum 12-month warranty, timely delivery by June 30, 2025, and adherence to strict cleanroom standards. Interested vendors should contact Daniel St. Denis at daniel.l.stdenis.civ@us.navy.mil or call 202-748-0819 to discuss their capabilities and submit relevant 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.
Optical Reference Cavity
Buyer not available
The National Institute of Standards and Technology (NIST) is conducting market research through a Sources Sought Notice for the procurement of an Optical Reference Cavity, aimed at enhancing precision timekeeping and navigation capabilities. The required optical cavity must meet specific technical specifications, including high finesse and frequency stability across multiple wavelengths, to support NIST's research in nanophotonics and optomechanics. This equipment is critical for developing advanced metrology and sensing devices, and interested vendors are encouraged to submit their capabilities and relevant product information to the primary contact, Elizabeth Timberlake, at elizabeth.timberlake@nist.gov, by May 5, 2025. This notice serves solely for market research purposes and does not constitute a commitment to issue a solicitation or award a contract.
58--MODULE,HPOI DWN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the MODULE, HPOI DWN, which is critical for electronic countermeasures and related systems. The procurement requires adherence to strict quality assurance standards, including compliance with MIL-STD-130 for marking and ISO 9001 for quality systems, ensuring that all supplied materials are free from mercury contamination due to their application in submarines and surface ships. Interested contractors must submit their proposals via NECO or email by the extended deadline of 4:30 PM Eastern USA time on May 9, 2025, and can direct inquiries to Daniel C. Shepley at 717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil.
12--PERISCOPE SUBASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Periscope Subassembly, under the NAVSUP Weapon Systems Support Mechanism. This procurement focuses on the repair of existing units, with no consideration for new procurement or replacements, and requires compliance with specific government inspection and acceptance standards. The Periscope Subassembly is critical for optical sighting and ranging applications in military operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes via email to James Lewis at James.E.Lewis5@navy.mil by April 30, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.
New Manufacturing of the AN/SPG-62 Reflector for the Mk-99 Fire Control System
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the new manufacturing of the AN/SPG-62 Reflector, which is a critical component of the Mk-99 Fire Control System. This procurement supports both the United States Navy and Foreign Military Sales, emphasizing the importance of these systems in naval operations. The solicitation has been amended to extend the proposal submission deadline to May 30, 2025, at 3:00 PM EST, and interested contractors must provide their CAGE code to gain access to the solicitation documents. For further inquiries, potential bidders can contact Shayden Flynn at shayden.m.flynn.civ@us.navy.mil or by phone at 812-381-5789.
Time Tagger
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
Russell Optical Reference Flats
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for the procurement of Russell Optical Reference Flats, specifically 26 units of 6.5-inch fused quartz reference flats. This procurement is critical for calibrating Navy standards and fleet assets, ensuring compliance with established measurement and testing protocols. The selected contractor will be required to provide calibration certification, operator manuals, and adhere to strict specifications regarding dimensions and flatness, with all submissions needing to comply with federal standards. Interested parties must submit their quotes electronically by the specified deadline to Colin Dwyer at colin.dwyer.civ@us.navy.mil, and must be registered in SAM to be considered for this sole source Firm Fixed Price contract.