Opportunity
SAM #1301346166
High-Power 657nm Laser System and Digital Laser Locking Device for U.S. Naval Observatory
Buyer
NAVSUP FLC Norfolk
Posted
March 27, 2026
Respond By
April 01, 2026
Identifier
1301346166
NAICS
334516, 334511, 334519
This opportunity seeks advanced laser technology for the U.S. Naval Observatory's Clock Development Division to support calcium clock research. - Government Buyer: - U.S. Naval Observatory, Precise Time Department, Clock Development Division (Department of the Navy, Department of Defense) - Contracting managed by NAVSUP Fleet Logistics Center Norfolk - Products/Services Requested: - One rack-mountable, high-power 657nm frequency-doubled red laser system - Must generate at least 600mW fiber-coupled output at 657nm via second harmonic generation from a 1315nm ECDL and tapered amplifier - Features required: auto-tuning, optical isolation, electro-optic modulator, fluid chiller for temperature stabilization - One digital laser locking device - Capable of locking to high finesse cavities or frequency combs - <1 Hz linewidth, 50 MHz bandwidth, PID regulator with ≤10ns signal delay - Must interface seamlessly with the laser controller - Quantities: - 1 unit of each system - Unique/Notable Requirements: - Both systems must be rack-mountable - Laser system must include advanced stabilization and tuning features - Locking device must provide ultra-narrow linewidth and high bandwidth - No specific OEMs or part numbers are named; the government is seeking information from all qualified sources - NAICS code: 334516 (Analytical Laboratory Instrument Manufacturing) - Place of Performance: United States Naval Observatory, Washington, DC - Contract Duration: 5 months from award
Description
Sources Sought Notice for Rack-Mountable, High-Power, Frequency-Doubled Red Laser System
The Fleet Logistics Center Norfolk, Virginia is seeking information for planning purposes to identify qualified and experienced sources in an effort to provide the United States Naval Observatory with one high power 657nm laser system and one digital laser locking device in accordance with the attached Statement of Work (hereinafter, “SOW”). A Firm-Fixed-Price (FFP), Single Award, contract action under NAICS code 334516 – Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1,000 employees is anticipated. Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. This Sources Sought Notice is not to be construed in a way as a commitment by the Government, nor will the Government pay for the information submitted in response.
SUBMISSION: Qualified sources should email capability statements and/or estimates to Ms. Jordan Walton at jordan.l.walton.civ@us.navy.mil and by 01:pm EST April 01, 2026. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice.
Reponses to this Sources Sought request shall reference the Sources Sought number and shall include the following information in this format:
Company name, address, Point of Contact name, phone number, fax number and email address. Contractor and Government Entity (CAGE) Code. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. If the items/services can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG, provide the applicable contract number. Capability statement displaying the contractor’s ability to provide the minimum requirements to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large