Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2025 SAM #8605
SPECIAL NOTICE

66 -- Spectroscopy Notice of Intent

Notice Date
6/16/2025 1:18:04 PM
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700025SPECTROSCOPY
 
Response Due
6/23/2025 8:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Ryan Dague, Phone: 7193334683, Kristin Ulma
 
E-Mail Address
ryan.dague.1@us.af.mil, susan.ulma@us.af.mil
(ryan.dague.1@us.af.mil, susan.ulma@us.af.mil)
 
Description
This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) subpart 5.2 - Synopses of Proposed Contract Actions. The contracting office for this notice is the 10th Contracting Squadron, USAF Academy, CO 80840. The US Air Force Academy (USAFA) intends to award a single source commercial contract using simplified procedures in accordance with FAR parts 12 & 13 to Toptica Photonics, Inc.. Toptica Photonics, Inc. is located at 1120 Pittsford Victor Road, Pittsford New York, 14534. The authority for this non-competitive award is 10 USC 2304(c)(1), only one responsible source. The NAICS code for this requirement is 334510. The size standard as defined by the U.S. Small Business Administration is 1250 employees. The anticipated award date is NLT 30 Sep 2025. SALIENT CHARACTERISTICS/REQUIREMENT SPECIFICATIONS SUMMARY: Three cw single frequency tunable diode lasers in a system, as follows: one laser will have wavelength range 755 - 790 nm, with power output at least 25 mW, and with power output 80 mW at 780 nm one laser will have wavelength range 885 - 940 nm, with power output at least 100 mW one laser will be a diode + tapered amplifier combination in a monolithic package, with wavelength range 845 - 870 nm, with power output at least 2.4 W The above lasers must have the following salient characteristics: computerized controller with integrated frequency tuning and locking system laser linewidth less than 100 kHz laser resonator machined from a single block of Al single mode continuous scan range of at least 20 GHz optical isolator on output, for the first two lasers of the system (the 780 and 900 nm ones) fiber optic FC/APC output coupler, including single mode polarization maintaining SMPM fiber for each laser THIS IS NOT AN INVITATION FOR COMPETITIVE QUOTES. This acquisition is being pursued on a sole source basis under the authority of 10 USC 2304(c)(1), only one responsible source. All responsible sources may submit a quote which shall be considered. Any response to this notice must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive quotes; however, the Government will consider all responses received to this notice by the closing date and time of this notice. Any responses to this notice received after the closing date and time will be late and may not be taken into consideration. All information submitted should support the offeror's capability to fulfill this requirement and shall be furnished at no cost or obligation to the Government. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. If no responses are received, the government will proceed with the sole source acquisition. Points of Contact: Mr. Ryan Dague, Contract Specialist, ryan.dague.@us.af.mil and Ms. Susan D. Ulma, Contracting Officer, susan.ulma@us.af.mil. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-3829 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.The ombudsman has no authority to render a decision that binds the agency. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28eabcb959cc475d99a25cbe67ee53de/view)
 
Place of Performance
Address: Pittsford, NY 14534, USA
Zip Code: 14534
Country: USA
 
Record
SN07478386-F 20250618/250616230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.