FSL-A Dual Wavelength Forensic Laser and Imaging System
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 ATF ACQUISITION AND PROPERTY MGMT DIV is conducting a Sources Sought/Request for Information (RFI) to identify small businesses capable of providing a FSL-A Dual Wavelength Forensic Laser and Imaging System. This market research aims to determine if small businesses can meet the outlined technical requirements for an anticipated Firm-Fixed-Price (FFP) Blanket Purchase Agreement (BPA). Responses are due by January 29, 2026, 5:00 PM EST.
Scope of Work
The requirement is for ten (10) turnkey, state-of-the-art Dual Wavelength Forensic Lasers and two (2) Full Spectrum Color Imaging Systems. The equipment is to be delivered to TBD locations, including Wichita, KS; Atlanta, GA; and Beltsville, MD, within approximately sixty (60) days of contract receipt.
Forensic Laser Capabilities:
- Minimum 8W blue (445nm) and 8W green (520nm) output from a single handpiece with diodes located in the handpiece.
- Smart touchscreen control system with integral batteries, adjustable power (1%-100%), "dead man's finger" safety, and an "always on" option.
- Includes orange (520 nm) and yellow (445 nm) curved bandpass filters, integrated optical system, flexible fiber delivery cable, a durable pelican case, and two pairs of goggles for each wavelength.
- Minimum one (1) year component failure warranty (parts & labor).
Full Spectrum Color Imaging System Capabilities:
- All-In-One Computer (Windows 10, Intel Six-Core 3.2GHz, 8GB RAM, 1TB HDD) with a 27-inch 5K resolution display.
- Fully integrated software capable of capturing images of at least a 5 x 3-inch area at 1000 PPI (up to 3500 PPI) in full color 24-bit.
- HDR Enhancement, integrated foot pedal for hands-free capture, hydraulic camera arm mount, and flexible arm for light source.
- Full spectrum imaging from 254 nm to 1100 nm, including a 50mm UV lens with universal filter holder and various band-pass filters (254nm, 365nm UV, 450nm Blue, 550nm Orange, 695nm IR, 830nm IR).
- Includes shortwave (254nm) UV light and multiple colored LED lights (365nm UV, 455nm Blue, 525nm Green, 625nm Red, 850nm IR), a UV face shield, and orange goggles.
- Two (2) Year Manufacturer Warranty. Must hold patent for the 254nm bulb and enable "paint with light" functionality.
Contract & Timeline
- Type: Sources Sought/RFI (Anticipated FFP BPA)
- Duration: Base + four (4) option years
- NAICS Code: 334516, Analytical Laboratory Instrument Manufacturing
- Product/Service Code: 6640, Laboratory Equipment And Supplies
- Response Due: January 29, 2026, 5:00 PM EST
- Published: January 27, 2026
Submission Requirements
Interested sources should submit the following via email to Steven Jaimes at Steven.Jaimes@atf.gov:
- Company name, CAGE code, address, telephone number, point of contact with email address, and Unique Entity ID (UEI). Indicate if a GSA Federal-Supply-Schedule or IDIQ contract covers this request, providing the contract number if applicable. State business size status for NAICS 334516 and all identified socio-economic sub-category statuses.
- A Capability Statement detailing how the requirements outlined in "Minimum technical requirements" would be fulfilled.
Additional Notes
This notice is for informational and market research purposes only; it is not a request for proposal or quote. No pricing information is requested, and responses are not considered offers. The Government is under no obligation to award a contract as a result of this announcement and is not responsible for any costs incurred by respondents.