Opportunity
SAM #NB675020-26-01170
Dynamic Frequency Comb Applications Support Services for NIST
Buyer
DEPT OF COMMERCE NIST
Posted
March 31, 2026
Respond By
April 10, 2026
Identifier
NB675020-26-01170
NAICS
541715, 541511
NIST's Communications Technology Laboratory is seeking contractor support for advanced algorithm development and real-time digital control of frequency comb systems. - Government Buyer: - National Institute of Standards and Technology (NIST) - Communications Technology Laboratory, Spectrum Research and Technology Division, Fiber Sources and Applications Group - Services Requested: - Advanced algorithm development and digital implementation for dynamic, real-time control of frequency comb phase/time output (FPGA-based, VHDL/Verilog) - Long-range optical time transfer through phase-controlled combs, including firmware, field tests, and optical communication channel development - Consulting and implementation for phase-stepped dual-comb spectroscopy, including software/firmware and lab testing - Deliverables include code repositories, system design documents, and participation in field tests - Unique Requirements: - Expertise in embedded systems, signal processing, and laser phase locking - Experience with FPGA firmware/software development for optical systems - No specific OEMs or vendors are named in the solicitation - Estimated contract value up to $7.5 million over five years (IDIQ, fixed price) - Place of Performance: - NIST Boulder, CO campus (Bldg. 1 and Bldg. 81) - Contracting office in Gaithersburg, MD
Description
National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Services Purchase
THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTATION.
It is a market research tool being used to determine potential and eligible business firms that can provide the product described herein prior to determining the method of acquisition.
The National Institute of Standards & Technology (NIST) seeks information on vendors that can provide Dynamic Frequency Comb Applications support services under a potential single award Indefinite Delivery, Indefinite Quantity (IDIQ) Fixed Price contract estimated at not-to-exceed $7.5 million dollars over 5 years per the Performance Work Statement (PWS) attached herein.
This announcement is not a Request for Quotation (RFQ) and does not commit the Government to award a contract now or in the future. No solicitation is currently available. Additionally, The Government is not obligated to and will not pay for any information received from potential sources because of this Sources Sought announcement. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.
Based on this Sources Sought announcement, NIST may conduct a competitive procurement on the System for Award Management (sam.gov) website and subsequently award a contract. If at least two qualified small businesses are identified during this market research stage that can fulfil the requirement, in accordance with the Specifications, then this acquisition shall be solicited as a small business set aside. However, NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS 541511 – Custom Computer Programming Services with a small business size standard of $34.0 million. The specific purpose of this Sources Sought announcement is to determine if there are small businesses, within the parameters identified above, that can provide the product identified in the Specifications document.
Interested business organizations that believe they can meet the requirement should submit electronic copies of their capability statement. Please limit responses to five (5) pages or less. Responses should include the following information:
1. Company Profile to include number of employees, office location(s), Unique Entity Identifier (UEI) number and Cage Code.
2. Name of company that will provide the services.
3. Capability sheets and examples of same or similar services that meet the requirements of the PWS attached herein.
4. Identification and verification of the company’s small business status.
5. Any other relevant information that is not listed above which the Government should consider in developing our requirement and finalizing our market research.
(Company sales brochures or marketing packages will not be considered).
REQUIREMENTS OVERVIEW:
See the attached PWS document.