LPS Laser - Sources Sought
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, specifically the FA9101 AEDC PKP PROCRMNT BR office, has issued a Sources Sought Notice to identify the availability and technical capability of businesses to provide commercial laser equipment. This is for informational purposes only and is not a request for quote or a solicitation. Responses are due by March 20, 2026, at 1:00 PM Central Time (CT).
Scope of Work
The government is seeking information on capabilities to meet a requirement for four (4) units of a LASER SYSTEM, LAMP PUMPED ND:YAG. Key technical specifications include:
- Wavelength: 532NM
- Energy per Pulse: 370MJ
- Repetition Rate: 10HZ
- Pulse Width: <15NS
- Energy Stability: <2% RMS
- Beam Diameter: <12MM
- Divergence: 3MRAD
- Polarization Direction: VERTICAL
- Spectral Purity: >98% The requirement can be met by a specific manufacturer part number (Lumibird, DRL 1430523-10) or an "or equal" commercially available product.
Contract & Timeline
- Opportunity Type: Sources Sought
- Response Due: March 20, 2026, 1:00 PM CT
- Published Date: March 16, 2026
- Set-Aside: None specified; seeking capabilities from both small and large businesses.
- Place of Performance: COOPERTOWN, TN, United States
Submission & Evaluation
Interested companies should provide the following information:
- Company Information (name, address, contact phone/email)
- System for Award Management (SAM) Unique Entity Identifier (UEI) Number
- Technical solution demonstrating how the stated requirement will be met
- Budgetary estimate, inclusive of delivery to Arnold AFB
- Projected delivery time after purchase order receipt
Submissions must be sent via email to Ms. Lindsay Jones (lindsay.jones.5@us.af.mil) and Ms. Brooke Vandeman (brooke.vandeman@us.af.mil).
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or a commitment by the government to award a contract. Responses are strictly voluntary, and no funds are available to pay for the preparation of responses. The North American Industry Classification System (NAICS) code for this requirement is currently "TBD".