Back to browse
OH Sources Sought

Continuous Wave (CW) Lasers

Department of Defense — Department of the Air Force

Solicitation Number 27E-335A-LA
Posted Date May 13, 2026
Due Date Jun 12, 2026
Estimated Value Not specified
NAICS Codes 334515
Place of Performance Not specified

Description

This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers and cannot be accepted by the government to form a binding contract. The purpose of this request for information is in support of market research being conducted by the Air Force Metrology Calibration Program (AFMETCAL) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. The level of security clearance and amount of foreign participation in this requirement has not been determined. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Currently there are no funds available for this acquisition. — The Air Force Metrology and Calibration Program (AFMETCAL) is conducting market research to identify potential sources capable of providing two (2) Continuous Wave (CW) Lasers for use at the Air Force Primary Standards Laboratory (AFPSL) located in Heath, Ohio. This notice is issued solely for information and planning purposes and does not constitute a solicitation. — Required Laser Specifications — Vendors must be able to provide CW lasers that meet or exceed 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 (vendors may provide M² or related specifications) — Intended Use — The lasers will serve as primary optical power sources to support the calibration and verification of high‑accuracy power meters at the AFPSL. These units will replace aging legacy standards that are approaching end‑of‑life, ensuring continued mission readiness and preventing future downtime in critical calibration operations. — Requested Information — Interested vendors should provide the following: — Technical documentation demonstrating the ability of the proposed lasers to meet the required specifications — Product datasheets, brochures, or performance curves — Estimated delivery timelines — Rough order of magnitude (ROM) pricing — Company information, including CAGE code and business size classification — Responses will assist AFMETCAL in determining the availability of qualified sources and the appropriate acquisition strategy. — Interested vendors should submit a brief capability statement including company information (DUNS, CAGE, business size), relevant experience, and rough order of magnitude pricing. The NAICS code assigned to this acquisition is 334513 with a size standard of 750 employees. — The total estimated quantity of 2 units over 1 year. — Reconditioned, remanufactured, or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether you are a small or large business, if you are the manufacturer or provide the name of the manufacturer and size info of product you would be offering and the socioeconomic status and indicate small disadvantaged or woman-owned business, veteran owned, service disabled veteran owned, 8(a) historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) (2) provide sales history including recent sales to commercial companies (3) advise if your product is a commercial item or if it will be modified; if not commercial at this time, will you be offering this item to the general public in the future. (4) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (5) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm’s capabilities (6) advise if you accept the Government purchase card (7) Provide Point of Contact including: company/ institute name, address, phone number and email address (8) provide assigned Commercial and Government Entity (CAGE) Code (9) Verify if your company/institute is listed in the System for Award Management (SAM) (10) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (11) Advise how much time you would need to submit a technical proposal if a solicitation is issued (12) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (13) include estimated delivery time for shipment. — Ensure only .pdf, .doc or .xls documents are attached to your email. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 937-713-5841 or mail to 813 Irving-wick Dr W., Horton Building, Heath OH 43056-1199. Reference 27E-335A-LA in all correspondence. Responses are due by 06/12/2026 at 2:00pm ET or 1400 hours; however, early responses are encouraged. — Point of Contact – Megan Moretti Contract Specialist, Phone 937-713-5845 — Email:megan.moretti@us.af.mil. — Point of Contact - Frank Capuano, Contract Specialist, Phone 937-713-5842 — Email:frank.capuano@us.af.mil.

This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers and cannot be accepted by the government to form a binding contract. The purpose of this request for information is in support of market research being conducted by the Air Force Metrology Calibration Program (AFMETCAL) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. The level of security clearance and amount of foreign participation in this requirement has not been determined. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Currently there are no funds available for this acquisition. — The Air Force Metrology and Calibration Program (AFMETCAL) is conducting market research to identify potential sources capable of providing two (2) Continuous Wave (CW) Lasers for use at the Air Force Primary Standards Laboratory (AFPSL) located in Heath, Ohio. This notice is issued solely for information and planning purposes and does not constitute a solicitation. — Required Laser Specifications — Vendors must be able to provide CW lasers that meet or exceed 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 (vendors may provide M² or related specifications) — Intended Use — The lasers will serve as primary optical power sources to support the calibration and verification of high‑accuracy power meters at the AFPSL. These units will replace aging legacy standards that are approaching end‑of‑life, ensuring continued mission readiness and preventing future downtime in critical calibration operations. — Requested Information — Interested vendors should provide the following: — Technical documentation demonstrating the ability of the proposed lasers to meet the required specifications — Product datasheets, brochures, or performance curves — Estimated delivery timelines — Rough order of magnitude (ROM) pricing — Company information, including CAGE code and business size classification — Responses will assist AFMETCAL in determining the availability of qualified sources and the appropriate acquisition strategy. — Interested vendors should submit a brief capability statement including company information (DUNS, CAGE, business size), relevant experience, and rough order of magnitude pricing. The NAICS code assigned to this acquisition is 334513 with a size standard of 750 employees. — The total estimated quantity of 2 units over 1 year. — Reconditioned, remanufactured, or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether you are a small or large business, if you are the manufacturer or provide the name of the manufacturer and size info of product you would be offering and the socioeconomic status and indicate small disadvantaged or woman-owned business, veteran owned, service disabled veteran owned, 8(a) historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) (2) provide sales history including recent sales to commercial companies (3) advise if your product is a commercial item or if it will be modified; if not commercial at this time, will you be offering this item to the general public in the future. (4) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (5) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm’s capabilities (6) advise if you accept the Government purchase card (7) Provide Point of Contact including: company/ institute name, address, phone number and email address (8) provide assigned Commercial and Government Entity (CAGE) Code (9) Verify if your company/institute is listed in the System for Award Management (SAM) (10) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (11) Advise how much time you would need to submit a technical proposal if a solicitation is issued (12) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (13) include estimated delivery time for shipment. — Ensure only .pdf, .doc or .xls documents are attached to your email. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 937-713-5841 or mail to 813 Irving-wick Dr W., Horton Building, Heath OH 43056-1199. Reference 27E-335A-LA in all correspondence. Responses are due by 06/12/2026 at 2:00pm ET or 1400 hours; however, early responses are encouraged. — Point of Contact – Megan Moretti Contract Specialist, Phone 937-713-5845 — Email:megan.moretti@us.af.mil. — Point of Contact - Frank Capuano, Contract Specialist, Phone 937-713-5842 — Email:frank.capuano@us.af.mil.

Create a free account to read the full description

Sign up to access complete RFP details, AI match scores, and more.

Create Free Account