Continuous Wave (CW) Lasers
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (AFMETCAL) is conducting a Sources Sought / Request for Information (RFI) to identify potential sources for two Continuous Wave (CW) Lasers for the Air Force Primary Standards Laboratory (AFPSL) in Heath, Ohio. This market research aims to gather information on current capabilities to support the calibration and verification of high-accuracy power meters. Responses are due by June 12, 2026, at 2:00 PM ET.
Purpose
This is a Request for Information (RFI) / Sources Sought Synopsis for market research purposes only. It is not a solicitation or a promise to issue one. The Government will not pay for information submitted, and responses are not considered offers. The goal is to identify qualified sources and gather information on market capabilities for the Air Force Metrology Calibration Program (AFMETCAL).
Required Specifications
AFMETCAL seeks CW lasers meeting or exceeding the following minimum performance requirements:
- Wavelength: 1064 nm
- Output Power: Adjustable, 1–20 W continuous wave
- Polarization: Vertically polarized output
- Operational Stability: Suitable for use as a calibration standard in a metrology laboratory environment
- Beam Quality: Sufficient for accurate and repeatable optical power measurements (M² or related specifications should be provided).
These lasers will serve as primary optical power sources at the AFPSL to support the calibration and verification of high-accuracy power meters, replacing aging legacy standards.
Requested Information
Interested vendors should provide:
- Technical documentation demonstrating compliance with specifications.
- Product datasheets, brochures, or performance curves.
- Estimated delivery timelines and Rough Order of Magnitude (ROM) pricing (per unit, total, and quantity discounts).
- Company information: CAGE code, DUNS, business size classification (small/large, socioeconomic status).
- Relevant experience, sales history, commercial item status, GSA schedule details.
- Time needed to submit a technical proposal if a solicitation is issued.
- Point of Contact information.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Set-Aside: None specified; open to all businesses. Both large and small businesses, including joint ventures/teaming arrangements, are encouraged to participate.
- NAICS Code: 334513 (Size Standard: 750 employees)
- Response Due: June 12, 2026, at 2:00 PM ET
- Published Date: May 13, 2026
Submission Details & Contacts
Responses should be submitted via email (preferred) in .pdf, .doc, or .xls format. Fax or mail options are also available. All correspondence should reference 27E-335A-LA.
- Primary Contact: Megan Moretti, Contract Specialist (megan.moretti@us.af.mil, 937-713-5845)
- Secondary Contact: Frank Capuano, Contract Specialist (frank.capuano@us.af.mil, 937-713-5842)