Rack-Mountable, High-Power, Frequency-Doubled Red Laser 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 Fleet Logistics Center Norfolk, Virginia, on behalf of the United States Naval Observatory (USNO), is conducting a Sources Sought to identify qualified and experienced sources for a Rack-Mountable, High-Power, Frequency-Doubled Red Laser System. This market research aims to procure one high-power 657nm laser system and one digital laser locking device. Responses are due by April 01, 2026, at 01:00 PM EST.
Scope of Work
The USNO requires a high-power, frequency-doubled red laser system for its atomic clock ensemble, crucial for precise time generation. The procurement includes:
- One high-power 657nm laser system.
- One digital laser locking device.
Key Requirements for the Laser System:
- Generates 657nm via second harmonic generation (SHG) from an amplified 1315nm source.
- Linewidth of 50kHz or less.
- Mode-hop free tuning range of 15GHz.
- 657nm output coupled into fiber with at least 600mW.
- 1315nm source from an ECDL and Tapered Amplifier (TA) configuration.
- Optical isolation, pick-off for 1315nm measurement, auto-tuning, and auto-relocking of the resonant cavity (preferably Pound-Drever-Hall).
- Electro-optic modulator for SHG stage.
- 'Turn-key' operation, rack-mountable in a standard 19" equipment rack with a fluid chiller.
Key Requirements for the Laser Locking System:
- Capable of locking to high finesse cavities or frequency combs and phase locking between lasers.
- Bandwidth of 50 MHz.
- Linewidth of less than 1 Hz.
- PID regulator with 10ns or less signal delay.
Contract & Timeline
- Opportunity Type: Sources Sought (for planning purposes only, not a solicitation).
- Anticipated Contract Type: Firm-Fixed-Price (FFP), Single Award.
- NAICS: 334516 – Analytical Laboratory Instrument Manufacturing (Size Standard: 1,000 employees).
- Period of Performance: 5 months from the date of award, performed at USNO DC.
- Response Due: April 01, 2026, 01:00 PM EST.
- Published: March 27, 2026.
Set-Aside
No set-aside is specified at this stage. The Government is determining the acquisition strategy and is interested in small business capabilities, noting that FAR clause 52.219-14 (Limitations on Subcontracting) would apply if a small business set-aside is determined appropriate.
Submission Requirements
Qualified sources should email capability statements and/or estimates to Ms. Jordan Walton. Submissions must include:
- Company name, address, POC, phone, fax, email.
- Contractor and Government Entity (CAGE) Code.
- Business size (Large, Small, 8(a), Hubzone, Woman-owned, Veteran-owned).
- Existing Government contract vehicles (GSA, SeaPort-NxG) if applicable.
- Capability statement demonstrating ability to meet minimum requirements, including relevant past performance (last 5 years, with contract numbers, dollar value, period of performance).
- Questions, comments, or feedback regarding the draft SOW or planned contract type.
- Indication of prime or subcontractor role, anticipated subcontracting percentage, and small/large business subcontractor usage.
- Specific details on how FAR 52.219-14 compliance would be achieved for a small business set-aside.
Additional Notes
This is for information only; no contract will be awarded from this announcement. The Government will not pay for information submitted and is not required to answer questions. Information may change prior to an official solicitation.