SOURCES SOUGHT
66 -- USAFA Ti: Sapphire/Infrared Laser
- Notice Date
- 5/5/2025 10:06:51 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FY25TiSapphire_Infrared_LaserUSAFA
- Response Due
- 5/12/2025 1:00:00 PM
- Archive Date
- 05/27/2025
- Point of Contact
- Mikayla Brandt, Kenneth Helgeson
- E-Mail Address
-
mikayla.brandt@us.af.mil, kenneth.helgeson.3@us.af.mil
(mikayla.brandt@us.af.mil, kenneth.helgeson.3@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing the information provided to the Government. The North American Industry Classification System (NAICS) Code proposed is 334516. The size standard is 1,000 employees. This requirement is to provide an Infrared Ti: Sapphire Single Frequency Laser System for the United States Air Force Academy (USAFA) Dean of Faculty Physics Department (DFPM). The Infrared Ti: Sapphire Single Frequency Laser System must possess the following salient characteristics: Titanium-Sapphire (Ti: Sapphire) Laser wavelength range 650 - 1100 nanometers External Mixing Module (EMM) that produces a single frequency laser output in the range of 515 - 660 nanometers and power output of at least 25 milliwatts EMM tuning range of 515 - 660 nanometers Single frequency pump laser range 514 - 532 nanometers Intensity noise less than 0.4% RMS (Root Mean Square) over a 10 kilohertz to 10 Megahertz band Integrated infrared pickoff and fiber launch module for a stable connection to a wavemeter 110 Volt power supply Install, set-up, calibration and training US type power plug Approval of a Privacy Impact Assessment (CIPS) The contract type will be a firm-fixed price contract. Delivery is FOB: Destination to USAF Academy, CO 80840. Capabilities package instructions: Include your Unique Entity Identification (UEI), CAGE Code, and System for Award Management (SAM) expiration date. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales and product specifications related to this effort. indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees in this effort. Indicate If ANY of the products or supplies proposed are used, reconditioned, remanufactured, or are unused surplus former Government property. Indicate if the proposed products are domestic end products. Meaning, the cost of domestic components exceeds 65% of the cost of all the components used in the manufacturing of the product. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Contractor is required to provide all management and labor required for the delivery, installation and training for the product as referenced above. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. NOTE: RESPONSES TO THE SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFATURER! Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Email your responses to Mikayla Brandt, Contract Specialist, at mikayla.brandt@us.af.mil AND Ken Helgeson, Contracting Officer, at kenneth.helgeson.3@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 12 May 2025 at 2pm Mountain Time Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers. Future information about this acquisition, including the issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS EFFORT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/471fe78a639d47c5b0314a7b51a7b47b/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN07431436-F 20250507/250505230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |