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
    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
    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.
    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
    USNA Confocal Microscope System
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide a confocal microscope system for the United States Naval Academy (USNA). The system must be an inverted motorized microscope capable of high-resolution imaging of objects ranging from 1 to 500 microns, with approximately 100 nm resolution, and include features such as multi-color imaging, a motorized XY-stage, DIC optics, and a high-resolution sCMOS camera. This procurement is essential for supporting biological chemistry research and project-based learning, as the current microscope is outdated and no longer meets the department's needs. Interested parties should submit their capability statements and organizational information to Cody Ellis at cody.c.ellis.civ@us.navy.mil, as this is a Request for Information (RFI) for market research purposes, with no contract being awarded at this stage.
    Time Tagger
    Dept Of Defense
    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.
    12--PERISCOPE SUBASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.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 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.
    Combined Sources Sought/Notice of Intent to Sole Source: Pump Suppression Module
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire a Pump Suppression Module essential for a new Brillouin Light Scattering (BLS) spectrometer as part of its CHIPS project. This module is critical for accurately measuring magnetic materials parameters, which directly supports advancements in magnetic random-access memories (MRAM) and enhances the semiconductor industry's product reliability and performance. The procurement is intended to be fulfilled by Light Machinery, Inc., the only vendor identified that meets the stringent specifications required for the module, including a suppression capability of at least 60 dB and high transmission rates. Interested parties must submit their responses by August 1, 2025, to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    EYE PIECE ASSEMBLY, OPTICAL INSTRUMENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking suppliers for the procurement of an Eyepiece Assembly for optical instruments, identified by NSN 1240-01-131-0321 and part number 12309652. The requirement includes a basic quantity of 25 units, with an option for an additional 25 units, and will be awarded as a Firm-Fixed-Price contract with delivery to a designated destination. This optical equipment is crucial for military applications, emphasizing the importance of precision in sighting and ranging operations. Interested vendors must ensure they are certified under the United States/Canada Joint Certification Program (JCP) to access the Technical Data Package (TDP) and should prepare for a solicitation notice expected to be posted on or around November 14, 2025. For further inquiries, potential bidders can contact Alexandra Stone at alexandra.stone@dla.mil or by phone at 586-230-7255.
    58--CAP,LENS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 units of NSN 5855015846138, specifically a CAP, LENS. This solicitation 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 seven orders per year and a guaranteed minimum quantity of five. The items are critical for various applications in search, detection, navigation, and guidance systems, and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    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.
    Time-Space-Position Optical Tracking (T-SPOT)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Orlando, is issuing a Sources Sought Notice for the Time-Space-Position Optical Tracking (T-SPOT) project, aimed at identifying potential sources for a technology study and trade space analysis. The primary objective is to develop a system architecture and concept of operations for a non-GNSS-based Time-Space-Position Information (TSPI) truth sensor that can operate effectively in environments where GNSS is denied, thereby enhancing the testing of advanced navigation systems. This initiative is crucial due to the increasing reliance on GNSS navigation systems and the corresponding threats posed by adversaries who seek to jam or spoof these systems. Interested parties must submit a capability statement by 4:00 p.m. EST on February 20, 2026, to the designated contacts, including Peter Jorg and John Mosby, with no funds available for response preparation.
    Sources Sought_M2A2 Aiming Circle
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a Sources Sought notice to identify qualified contractors for the production of the M2A2 Aiming Circle, NSN: 6675-01-067-0687. This market survey aims to assess the interest and capabilities of potential offerors, both small and large, in manufacturing this critical field surveying set, which plays a vital role in military operations. Interested vendors must respond via email to Ryan Nawrocki or Pamela Cunha by December 18, 2025, at 11:59 PM EST, providing detailed information about their manufacturing capabilities, experience, and compliance with necessary certifications, including the DD 2345 certification for accessing the associated Technical Data Package. Responses are voluntary and should clearly mark any proprietary information.