2D LDA System for Water Flows- 150 mW Lasers
ID: N0017324Q2339Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 12, 2023 4:42 PM
  2. 2
    Updated Dec 12, 2023 4:42 PM
  3. 3
    Due Dec 13, 2023 4:00 PM
Description

Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a 2D LDA System for Water Flows- 150 mW Lasers from DANTEC DYNAMICS, INC. This system is used for measuring and testing electrical and electronic properties. The procurement will be a Total Small Business Set-Aside and will be performed at Stennis Space Center, MS, USA. Interested parties have 1 calendar days to express their interest and capability to respond to this requirement. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding $250,000. For more information, contact Alvin Williams at alvin.williams@nrl.navy.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
IPG Laser
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center Dahlgren Division (NSWCDD) seeks to award a federal contract for IPG lasers. This combined synopsis and solicitation document outlines the requirements and instructions for offerors. ## Opportunity Overview: The NSWCDD aims to purchase manufactured products, specifically Part Number YLR-1000-WC, 1KW Single Mode Lasers, for use in an unknown system. IPG Photonics Corporation, based in Massachusetts, is identified as the sole source capable of meeting the required specifications. This procurement is not eligible for small business set-aside. ## Scope of Work: The awardee will provide the NSWCDD with the specified laser equipment, ensuring compatibility with the system and adhering to the required performance parameters. The successful offeror will deliver the items to Dahlgren, Virginia. ## Eligibility Criteria: All responsible offerors are encouraged to submit proposals. Firms must be registered in the System for Award Management (SAM) to be eligible for award. ## Funding and Contract Details: The contract will be firm-fixed price and is expected to be awarded by September 4th, 2024. Simplified Acquisition Procedures (SAP) will be applied, in accordance with FAR Part 13. The estimated funding available for this requirement is approximately USD 500,000 to USD 1 million. ## Submission Process: Offerors must submit their proposals by the deadline on August 5th, 2024, at 5:00 p.m. EST. Quotations should include historical data, published pricing, and a signed copy of the SF1449 form. Electronic submission is required, with emails sent to lee.a.mizelle.civ@us.navy.mil. ## Evaluation Criteria: Submissions will be evaluated based on lowest price and technical acceptance. In order to be considered technically acceptable, offerors must comply with the requirements outlined in the solicitation. ## Contact Information: For clarification or questions, offerors may contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil, via phone at (540) 742-8050.
Vexlum SHG Laser
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Vexlum OY of Tampere, Finland for the procurement of Vexlum SHG Laser. This laser, known as VALO SHG SF – Visible single-frequency VECSEL, is used for specific applications in the field of semiconductor devices and associated hardware. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement within 5 calendar days of the publication of this notice.
Lumibird PEFL-EOLA Laser
Active
Commerce, Department Of
Sources Sought Notice: Commerce, Department of, National Oceanic and Atmospheric Administration (NOAA) is seeking information on the Lumibird PEFL-EOLA Laser. The laser is intended for use in Doppler heterodyne LIDAR systems, specifically for wind measurement applications such as turbine mounted lidar, windfarm optimization, and wind hazard and wake vortices monitoring. The laser is designed to deliver Fourier transform limited pulses with high energy and high peak power. It is a pulsed erbium fiber laser (PEFL) amplifier with integrated optical circulator. The laser has specific optical, electrical, mechanical, and environmental specifications. Interested firms are required to provide a brief narrative and documentation to demonstrate their capability and experience in meeting the requirements. The delivery schedule is within 90 days after the date of award. This notice does not constitute a commitment for procurement action, but rather a request for information. Contractors must be registered and active with the System for Award Management (SAM) website. No solicitation document is available, and no contract will be awarded based on responses to this notice.
SOLE SOURCE- SOLE SOURCE SOLICITATION FOR QUANTITY ONE (1) TUNABLE DIODE LASER
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Army, has issued a combined synopsis and solicitation for a sole-source contract. This notice pertains to the procurement of quantity one (1) Tunable Diode Laser, an essential piece of equipment required for an ongoing research project at the Aberdeen Proving Ground in Maryland. The key objectives are to obtain the specified laser system, including all necessary accessories, training, and support. The device must adhere to the detailed specifications outlined in the attached document, "Salient Characteristics." The Army seeks a turn-key solution, where the awardee delivers a fully operational system ready for immediate use. The scope of work for this contract includes the provision of the laser system, associated training, and any required technical support or maintenance. The awardee will ensure the system is installed and functional, with adequate training provided to the Army personnel. This opportunity is open to all eligible contractors, with no set-aside criteria specified. However, interested parties should possess a strong background in providing advanced scientific equipment and possess the necessary technical expertise to support the specialized nature of the laser system. Funding for this contract is estimated at $250,000 to $500,000, and the contract type will be a firm-fixed-price agreement. Interested contractors must submit their offers by the deadline outlined in the "Combination Synopsis-Solicitation for Commercial Purchase" document. The evaluation of offers will be based on the extent to which they meet the technical requirements, with price also being a consideration. The Army will award the contract to the responsible contractor whose offer represents the best value. For further clarification or questions, interested parties may contact Orlando Hernandez at orlando.r.hernandez.civ@army.mil or 5756788045. This summary provides an overview of the key aspects of the opportunity. For more detailed information, the complete solicitation document, titled "Combination Synopsis-Solicitation for Commercial Purchase," should be consulted.
66--TRANSDUCER,MOTIONAL
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, Department of the Navy, is seeking to procure a motion transducer. This transducer, typically used for measuring motion, is needed in a quantity of 25 units. The delivery is required FOB origin. The government does not own the data or rights to the data needed to purchase or contract repair of this part from additional sources. It has been determined to be uneconomical to buy or reverse engineer the part. The government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. The government may choose not to compete based on the responses received. Interested persons may identify their interest and capability to satisfy the requirement with a commercial item within 15 days of this notice. The acquisition may be subject to Free Trade Agreements.