Search Contract Opportunities

Brand Name or Equal Photomachining Laser Micro-Machining System, Install, and Training

ID: 80TECH25Q0103 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 8, 2025, 11:21 a.m. EDT

Amendment 1 Issued. The purpose of amendment one is to extend the RFQ response date, provide a Q&A document, and incorporate a revised statement of work. Please see attached amendment for additional details.

This notice is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ) under solicitation number 80TECH25Q0103 for Brand Name or Equal Photomachining Laser Micro-Machining System, Install, and Training Order.

The provisions and clauses in the RFQ are those in effect through FAC 2025-04.

This acquisition is a total small business set-aside.

The NAICS Code and Size Standard are 339999 and 550 number of employees, respectively. The quoter shall state in their quote their size status for this acquisition.

All responsible sources may submit a quotewhich will be considered by the agency.

Delivery for the items specified in the Statement of Work (SOW) shall be delivered to the following location:

NASA Langley Research Center (LaRC)

ATTN: TBD

6 West Taylor Street, MS 229

Hampton, VA 23681

Quotes must include: solicitation number, FOB destination to delivery location, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.

Quoters shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (Sep 2023), which is incorporated by reference. Addenda to FAR 52.212-1 are as follows:

FAR Part 15 does NOT apply. The Government intends to award an order without further communications with Quoters. Consequently, Quoters are highly encouraged to quote their best technical and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all Quoters submitting a technical and price quote, if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to communicate with every Quoter. An Quoter may be eliminated from consideration without further communication if its technical and/or pricing quotes are not among those Quoters considered most advantageous to the Government based on a Lowest Price Technically Acceptable.

Interested vendors shall submit a quote for the attached SOW by submitting a response to this solicitation, the Quoter has read, understands, and agrees to the order terms and conditions of the RFQ.

The attached documentation to this RFQ includes brand name or equal requirement specifications (as a SOW), and the additional terms and conditions that apply to this RFQ and subsequent award.

If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.

To be considered for award, quotes of "equal" products, including "equal" products of the brand name manufacturer, must-

(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;

(2) Clearly identify the item by-

(i) Brand name, if any; and

(ii) Make or model number;

(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

(4) Clearly describe any modifications the quoter plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.

Unless the quoter clearly indicates in its quote that the product being offered is an "equal" product, the quoter shall provide the brand name product referenced in the solicitation.

Only the required minimum amount of information is requested to be provided for proper evaluation. Efforts should be made to keep quotations as brief as possible, concentrating on substantive information essential for a proper evaluation.

In responding to this RFQ, it is the quoter's responsibility to provide current, relevant, complete, and accurate information in their quotation. The quotation shall be submitted as a PDF document.

PRICING INSTRUCTIONS:

All costs (including shipping) to deliver the requirements of the attached SOW shall be included in the quote. The quote shall include a total firm fixed price.

Delivery required on or before 26 weeks after receipt of award. Three days of onsite installation and training required after delivery.

Delivery terms shall be FOB Destination

BASIS FOR AWARD :

The Contracting Officer will evaluate "equal" products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.

The evaluation will be conducted using a Lowest Priced Technically Acceptable process and include all vendors who meet the small business standards specified within this solicitation and whose quotes meet or exceed the technical acceptability standards specified in the attached SOW. Award will be made to the vendor with the lowest total priced quote that meets or exceeds the technical acceptability standards.

All quoters shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (May 2024) (DEVIATION FEB 2025) Alt I (Feb 2024), or complete electronic annual representations and certifications at SAM.gov with its offer.

All quoters shall complete the required RFQ provisions included in the Other RFQ Provisions section of the RFQ.

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, (Nov 2023), is applicable.

FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, (Jan 2025) (DEVIATION FEB 2025) is applicable.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

All questions must be submitted electronically via email to Nicolas Zogaib at nicolas.a.zogaib@nasa.gov not later than 8/6/2025 at 5:00PM EDT. Telephone questions will not be accepted.

Responses to this combined synopsis/solicitation must be received ia email to Nicolas Zogaib at nicolas.a.zogaib@nasa.gov no later than 8/8/2025 at 5:00PM EDT.

The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.

Failure to submit a complete electronic quote by the due date and time specified for this RFQ shall result in the quote being inelligble for award.

Posted: Aug. 4, 2025, 11:40 a.m. EDT
Background
This solicitation is issued by NASA Langley Research Center (LaRC) as a Request for Quotations (RFQ) under solicitation number 80TECH25Q0103. The purpose of this acquisition is to procure a Brand Name or Equal Photomachining Laser Micro-Machining System, along with installation and training services. This initiative supports the Space Technology Mission Directorate (STMD) and is a total small business set-aside.

Work Details
The contractor shall provide all resources necessary to deliver and/or perform the items in accordance with the Statement of Work (SOW). The system must include the following components:
- Frame and Base
- Motion control
- Software
- Dual Beam delivery
- Camera system
- Laser

Specifications include:
- Capability for micromachining features in various materials through laser ablation or surface modification.
- Dual galvanometer beam delivery achieving focused spot sizes of < 25 microns on target.
- Carbide CB3-40-0200-10-H with CBM03-2H-3H module operating at 1030, 515, and 343 nm wavelengths with maximum power output of 40W at 1030nm and maximum rep rate of 1 MHz.
- A fully enclosed and interlocked system meeting CDRH Class I laser operation requirements.

Quantities required:
1. Light Conversion 40-Watt Carbide CB3-40-0200-10-H with CBM03-2H-3H Harmonics Module - Quantity: 1
2. X/Y Stage Motion 1000mm x 500mm travel Z-stage travel 400mm - Quantity: 2
3. Controllers and CAD/CAM software - Quantity: 1
4. Class 1 Laser System enclosure, granite base, and frame - Quantity: 1.

Period of Performance
Delivery required on or before 26 weeks after receipt of award, including three days of onsite installation and training after delivery.

Place of Performance
NASA Langley Research Center (LaRC), ATTN: TBD, 6 West Taylor Street, MS 229, Hampton, VA 23681.

Overview

Response Deadline
Aug. 11, 2025, 5:00 p.m. EDT (original: Aug. 8, 2025, 5:00 p.m. EDT) Past Due
Posted
Aug. 4, 2025, 11:40 a.m. EDT (updated: Aug. 8, 2025, 11:21 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Hampton, VA 23681 United States
Source
SAM

Current SBA Size Standard
550 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Signs of Shaping
The solicitation is open for 7 days, below average for the Information Technology Procurement Office.
On 8/4/25 Information Technology Procurement Office issued Synopsis Solicitation 80TECH25Q0103 for Brand Name or Equal Photomachining Laser Micro-Machining System, Install, and Training due 8/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339999 (SBA Size Standard 550 Employees) and PSC 7E20.
Primary Contact
Name
Nicolas Zogaib   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 80TECH25Q0103

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 80TECH25Q0103

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 80TECH25Q0103

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 80TECH25Q0103

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA IT PROCUREMENT OFFICE
FPDS Organization Code
8000-80TECH
Source Organization Code
500168982
Last Updated
Aug. 8, 2025
Last Updated By
nicolas.a.zogaib@nasa.gov
Archive Date
Aug. 26, 2025