Rack-Mountable, High-Power, Frequency-Doubled Red Laser System

SOL #: N0018926QL075Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Washington, DC

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 7, 2026
2
Submission Deadline
Apr 14, 2026, 3:00 PM

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 Navy, specifically NAVSUP Fleet Logistics Center Norfolk, is soliciting quotes for a Rack-Mountable, High-Power, Frequency-Doubled Red Laser System and a digital laser locking device for the United States Naval Observatory. This requirement is a 100% Total Small Business Set-Aside and anticipates a Firm-Fixed-Price (FFP) contract. Quotes are due by April 14, 2026, at 11:00 AM EST.

Purpose & Objective

The U.S. Naval Observatory (USNO) requires this laser system for its Precise Time Department to support the development of calcium atomic clocks. The objective is to transition to a calcium atomic clock driven by 657nm laser light, necessitating a system capable of generating this specific wavelength with sufficient power and narrow linewidth.

Scope of Work & Key Requirements

The procurement includes one (1) high power 657nm laser system and one (1) digital laser locking device. The laser system must:

  • Generate frequency-doubled output centered around 657.459nm with a linewidth of 50kHz or less.
  • Have a mode-hop free tuning range of 15GHz and coupled 657nm output fiber power of at least 600mW.
  • Utilize a 1315nm source generated by an ECDL and Tapered Amplifier (TA) configuration.
  • Include optical isolation, a pick-off for 1315nm source wavelength measurement, auto-tuning, and auto-relocking of the frequency doubling cavity (preferably Pound-Drever-Hall).
  • Incorporate an electro-optic modulator for the SHG stage and provide a well-shaped, collimated final spatial mode.
  • Be 'turn-key' operable, rack-mountable in a standard 19" equipment rack, and include a fluid chiller. The laser locking system must seamlessly interface with the laser controller, be capable of locking to high finesse cavities or frequency combs, and phase locking between lasers, with a bandwidth of 50 MHz, linewidth of <1 Hz, and a PID regulator with 10ns or less signal delay.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Anticipated Award Date: No later than May 15, 2026
  • Period of Performance: 5 Months After Contract Award (ADC)
  • Place of Performance: United States Naval Observatory, Washington DC (3450 Massachusetts Ave NW, Washington DC 20392-5420)

Set-Aside & Eligibility

This requirement is a 100% Total Small Business Set-Aside. The applicable NAICS Code is 334516 (Analytical Laboratory Instrument Manufacturing) with a Small Business Standard of 1,000 employees. Quoters must be registered in the System for Award Management (SAM) database.

Submission & Evaluation

  • Questions Due: April 10, 2026, 01:00 PM EST
  • Quotes Due: April 14, 2026, 11:00 AM EST
  • Quotes must include pricing, materials, labor, FOB destination, point of contact, business size, and payment terms. They must also confirm the ability to meet all technical requirements and deliverables.
  • Evaluation: Award will be based on a combination of factors: Technical and Price.

Important Notes

This is a combined synopsis/solicitation; a written solicitation will not be issued, and paper copies are unavailable. All applicable FAR and DFARS clauses and provisions are incorporated by reference and can be accessed online. Bidders should review the attached Statement of Work and FAR/DFARS clauses for full details.

Contact Information

Primary Contact: Jordan Walton (jordan.l.walton.civ@us.navy.mil)

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
Rack-Mountable, High-Power, Frequency-Doubled Red Laser System | GovScope