Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SPECIAL NOTICE

66 -- Sources Sought / Notice of Intent to Sole Source to Axiom Optics for Supercontinuum Laser

Notice Date
3/12/2026 11:59:45 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
COMMERCE, DEPARTMENT OF US
 
ZIP Code
00000
 
Solicitation Number
NIST-SS26-01
 
Response Due
3/25/2026 9:00:00 AM
 
Archive Date
04/09/2026
 
Point of Contact
Elizabeth Timberlake, Forest Crumpler
 
E-Mail Address
elizabeth.timberlake@nist.gov, forest.crumpler@nist.gov
(elizabeth.timberlake@nist.gov, forest.crumpler@nist.gov)
 
Description
NIST-SS26-01 ? 6640 / 334516? Primary POC: Liz Timberlake (Elizabeth.timberlake@nist.gov)? Secondary POC: Forest Crumpler (forest.crumpler@nist.gov)? Title:? Supercontinuum Laser BACKGROUND ***THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE*** The National Institute of Standards and Technology (NIST) is seeking information from sources that may be capable of providing a super continuum laser. If no alternate sources are identified, the Government intends to issue a Sole Source Award to Axiom Optics .(1035 Cambridge St. Suite 19 Cambridge, MA 02141) under the authority of FAR 12.102(a) only one reasonably found source. The North American Industry Classification System (NAICS) code for this acquisition is 334516. NIST has a need for a supercontinuum laser that meets or exceeds the following draft minimum specifications: The Contractor shall provide one (1) supercontinuum laser that meet the following minimum specifications: The scope of work for this purchase is a supercontinuum laser that provides output over a continuous wavelength range from 550 nm to 2500 nm, with output from an optical fiber terminated with a reflective collimator. Minimum specifications: The supercontinuum source shall provide output over a continuous wavelength range spanning at the minimum, 550 nm to 2500 nm. The spectral power density shall be 0.5 mW/nm or greater over a wavelength range from 550 nm to 2400 nm. The light source shall provide spectral power density 0.1 mW/nm or greater in the wavelength range from 2400 nm to 2500 nm. The light source shall provide total integrated power > 4.5 W. If pulsed, the light source shall operate at a repetition rate ? 1 MHz.. The source output shall be from an optical fiber of length ? 0.5 m. A collimator output optic shall be provided at the fiber end. The collimator shall be of reflective type. The light output from the collimator shall be single mode Gaussian at all operating wavelengths. The output power must have a nominal stability of +/- 1% or smaller. The supercontinuum laser shall be capable of remote operation via at least one of the following: USB, Ethernet or GPIB interface. The supercontinuum laser shall operate on 120V for all components. The supercontinuum laser shall include all necessary power supplies, cables, adapters, etc. for normal operation. A user manual shall be included with the supercontinuum laser which fully describes proper set-up, installation, and usage. NIST conducted market research from March through November of 2025 by attending conferences, speaking with colleagues, performing internet searches, and speaking with vendors to determine what sources could meet NIST�s minimum requirements. The results of that market research revealed that only Axiom Optics appears to be capable of meeting NIST�s requirements. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response. Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed at the bottom of this notice as soon as possible, and preferably before the closing date and time of this notice. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Details about what your company is capable of providing that meets or exceeds NIST�s minimum requirements. Whether your company is an authorized reseller of the product or service being cited and evidence of such authorization. Identify any aspects of the description of the requirements in the BACKGROUND section above that could be viewed as unduly restrictive or create unnecessary barriers that adversely affect your firm�s ability to fully participate in a procurement for such services and explain why. Please offer suggestions for how the requirements could be organized or structured to encourage the participation of small businesses. For the NAICS code Indicate whether your company is (a) a small business or (b) other than small business.? See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement.? If your firm has existing Federal Supply Schedule contract(s) or other contracts for products or services against which the Department may be able to place orders, identify the contract number(s) and other relevant information. Describe your firm�s experience (as a prime, subcontractor, or consultant) providing the products or services described in Background section. Provide any other information that you believe would be valuable for the Government to know as part of its market research for this requirement. Please let us know if you would like to engage to get a better understanding of the requirement or need additional information about the Government�s requirement for the products or services described in the Background section.? QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received by 12:00pm Eastern Time on March 17, 2026. Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that the NIST may appropriately solicit for its requirements in the near future. This notice should not be construed as a commitment by the NIST to issue a solicitation or ultimately award a contract. This notice is not a request for a quotation. Responses will not be considered as proposals or quotations. No award will be made as a result of this notice. NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and appropriate. Thank you for taking the time to submit a response to this request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/31cf3829cb0a4b0a8e398656edacc3d8/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07742715-F 20260314/260312230042 (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!  © 1994-2026, Loren Data Corp.