Washington, DC Bids > Bid Detail

High Power Laser System 3kW, 1070nm

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159394859947591
Posted Date: Jan 4, 2024
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/fd547ed40d...
Follow
High Power Laser System 3kW, 1070nm
Active
Contract Opportunity
Notice ID
N00173-24-RFI-CY05
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 04, 2024 08:28 am EST
  • Original Published Date: Dec 19, 2023 09:37 am EST
  • Updated Response Date: Jan 11, 2024 12:00 pm EST
  • Original Response Date: Jan 04, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 26, 2024
  • Original Inactive Date: Jan 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5860 - STIMULATED COHERENT RADIATION DEVICES, COMPONENTS, AND ACCESSORIES
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Washington , DC 20375
    USA
Description View Changes

Amendedment 1 - Notice has been amended to allow for extension of close date. New response date is 11 January 2024.



RFI Number: N00173-24-RFI-CY05



Title: High power laser (HPL) System



Posting Date: 12/19/2023



Response Date: 01/11/2024



Primary POC: Name: Courtney Williams; e-mail: Courtney.williams@nrl.navy.mil



NAICS: 335999 - All Other Electrical Equipment and Component Manufacturing



NOTE: THIS IS NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS RFI. This Sources Sought Notice (SSN) is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This SSN is for informational and planning purposes only and does not guarantee that this will be competed via FedBizOpps. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time.



Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375



OBJECTIVE: The intent of this RFI is to gauge industry interest and search for potential sources capable of fulfilling a requirement for a High power laser (HPL) System 3kW, 1070nm in accordance with the following technical requirements. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These specifications do not necessarily represent the final specifications.



The High power laser (HPL) System must meet the following specifications:



a. The HPL shall have a center wavelength within 10 nm of 1070 nm as currently used by current DOD directed energy systems



b. The HPL shall be a single mode fiber laser



c. The HPL shall be supplied by 3-phase power with voltage in the range of 400 – 480 VAC



d. The HPL shall weigh less than or equal to 200 kg



e. The HPL system shall be no larger than 500 mm x 900 mm x 600 mm



f. The HPL shall be capable of both continuous wave (CW) and modulated modes of operation



g. The HPL shall be capable of modulation with frequency in the range of at least 0 – 5 kHz



h. The HPL shall be capable of 3 kW average optical power output with M2 of less than or equal to 1.1



i. The HPL shall maintain power stability to within at least +/- 2%



j. The HPL shall have power tunability at least in the range of 10% - 100%



k. The HPL shall be provided with an output fiber length of at least 5 meters



l. The HPL should have a fiber that is QBH terminated



m. The HPL should have a collimation optics that provide a 20 – 25 mm collimated output beam



n. The HPL shall be designed to run continuously for at least 10,000 hrs



o. The HPL shall be installed on-site at NRL by the vendor



p. The HPL shall include an annual service contract that can be terminated at the discretion of the Naval Research Laboratory



q. The HPL shall have a Safety e-stop for shut down with minimal risk of damage to the laser



r. The HPL shall be water cooled, operated in a closed lab, with minimal heating of the lab



CONTRACTOR RESPONSE FORMAT: Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. (Reference RFI N00173-24-RFI-CY05 in your response)



1. CONTACT INFORMATION:



a. Company Name and Address



b. Point of Contact for questions/clarification



c. Telephone Number and e-mail address



d. DUNS Number, CAGE Code



e. PSC Code of the proposed solution (SEE https://psctool.us)



f. Business Size/Socioeconomic Categories



2. TECHNICAL INFORMATION:



a) List of capabilities/resources relevant to the above specification list.



3. COMMERCIALITY OF PROPOSED ITEM



a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or non-government entities for the other than Government purposes.



b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.



4. PRODUCT DESCRIPTION





a) Provide a description of how the proposed product will meet or exceed each of the specifications as it is anticipated that ultimate evaluation will be lowest priced technically acceptable and a go/no go basis.





b) Provide a product brochure and highlight the areas that meet or exceed specifications.





ADDITIONAL REQUIREMENT DETAILS:



Responses should be no more than 10 pages.



PLACE OF PERFORMANCE: NRL-DC and Contractor Facility




Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >