Skip to content
Department of Commerce

1033 nm laser and 1068 nm laser for the IMS project Reimagining Thermal Radiation Combined Sources Sought/ Notice of Intent to Sole Source

Solicitation: NIST-SS26-84
Notice ID: e6eeae1daf6940aeadea3143914d3318
TypeSources SoughtNAICS 334516PSC6640DepartmentDepartment of CommerceAgencyNational Institute Of Standards And TechnologyStateMDPostedMar 11, 2026, 12:00 AM UTCDueMar 25, 2026, 04:00 PM UTCCloses in 14 days

Sources Sought from NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY • COMMERCE, DEPARTMENT OF. Place of performance: MD. Response deadline: Mar 25, 2026. Industry: NAICS 334516 • PSC 6640.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$9,240,687
Sector total $24,146,592,831 • Share 0.0%
Live
Median
$33,500
P10–P90
$26,615$154,374
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+105%($3,172,547)
Deal sizing
$33,500 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Gaithersburg, Maryland • 20899 United States
State: MD
Contracting office
Gaithersburg, MD • 20899 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260117 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Harford
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+83 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 83 more rate previews.
Davis-BaconBest fitstate match
MD20260117 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Harford
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+82 more occupation rates in this WD
Davis-Baconstate match
MD20260039 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260038 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260075 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Somerset
Rate
CARPENTER
Base $27.00Fringe $6.97
Rate
LABORER ASPHALT RAKER
Base $22.51Fringe $2.85
Rate
COMMON
Base $22.51Fringe $2.85
+34 more occupation rates in this WD

Point of Contact

Name
Junee Johnson
Email
junee.johnson@nist.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Subagency
DEPT OF COMMERCE NIST
Office
Not available
Contracting Office Address
Gaithersburg, MD
20899 USA

More in NAICS 334516

Description

*****THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE***.

BACKGROUND

The Fundamental Thermodynamics group is developing molecule laser cooling platform that will enable advanced pressure and temperature metrology.  This project requires a robust, spectrally narrow source of laser light to detect the molecule yield from a cold molecular beam source.  This light source must be tunable for wavelengths from 1033.2 nm 1033.6 nm, and between 1068.35 nm to 1068.75 nm

NIST is seeking information from sources that may be capable of providing a solution that will achieve the objectives described above, in addition to the following essential requirements

Contract Line-Item Number (CLIN) 0001: The Contractor shall provide  one (1) 1033 nm laser and one (1) 1068 nm laser

The system shall meet or exceed the technical specifications identified below. All items must be new.  Used or remanufactured equipment will not be considered for award. Experimental, prototype, or custom items will not be considered.  The use of “gray market” components not authorized for sale in the U.S. by the Contractor is not acceptable.  

Line Item 0001

Description:  1033 nm laser

Quantity:  One (1)

  1. Technical Specifications Must meet all technical specifications simultaneously
    1. Produce a continuous wave single frequency output at any wavelength between 1033.2 nm 1033.6 nm
    2. Shall have a minimal thermal tuning of +/- 0.2 nm
    3. Shall have a minimal fast tuning via piezo of 10 GHz
    4. Shall have laser frequency linewidth of <50 kHz
    5. Shall have a minimum output power of 10 mW
    6. Shall have a polarization maintaining fiber output
    7. Shall have a mode hop-free tuning range of >20 GHz
    8. Shall have an output beam with a TEM_00 mode and a beam quality with M^2 < 1.1
    9. Linearly polarized output, polarization >100:1
    10. Operate with only passive or forced air cooling.
    11. Operating ambient temperature 16 C – 26 C.
    12. Operating ambient relative humidity up to 80%.
    13. Operate using 120 VAC, with supply current <10 Amps.
    14. Provide electronics for controlling the laser’s current, temperature, and tuning piezo.
      1. Electronics require a USB interface
      2. PC GUI for remote control of laser settings
    15. The contractor shall further provide any software and reference manuals required for operation of the 1033 nm laser.

Line Item 0002

Description:  1068 nm laser

Quantity:  One (1)

  1. Technical Specifications Must meet all technical specifications simultaneously
    1. Produce a continuous wave single frequency output at any wavelength between 1068.35 nm to 1068.75 nm
    2. Shall have a minimal thermal tuning of +/- 0.2 nm
    3. Shall have a minimal fast tuning via piezo of 10 GHz
    4. Shall have laser frequency linewidth of <50 kHz
    5. Shall have a minimum output power of 10 mW
    6. Shall have a polarization maintaining fiber output
    7. Shall have a mode hop-free tuning range of >20 GHz
    8. Shall have an output beam with a TEM_00 mode and a beam quality with M^2 < 1.1
    9. Linearly polarized output, polarization >100:1
    10. Operate with only passive or forced air cooling.
    11. Operating ambient temperature 16 C – 26 C.
    12. Operating ambient relative humidity up to 80%.
    13. Operate using 120 VAC, with supply current <10 Amps.
    14. Provide electronics for controlling the laser’s current, temperature, and tuning piezo.
      1. Electronics require a USB interface
      2. PC GUI for remote control of laser settings, must be identical to PG GUI for line item 0001, technical specification 14.ii
    15. The contractor shall further provide any software and reference manuals required for operation of the 1068 nm laser.

NIST conducted market research from October 2025 – February 2026 by, 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 NKT Photonics Inc. (WJNUYEZ9UT11) can meet all the Governments minimum 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 in this notice as soon as possible, and preferably before the closing date and time of this notice.  Please note that to be considered for award under any official solicitation, the entity must be registered and “active” in SAM at the time of solicitation response.

  • 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 within 5 days of this posting. If the Contracting Officer determines that providing a written amendment to this notice to document question(s) received would benefit other potential respondents, the questions would be anonymized, and a written response to such question(s) would be provided via an amendment to this notice.

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 does not obligate the Government to award a contract or otherwise pay for the information provided in response.

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.

Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s capability.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.

Thank you for taking the time to submit a response to this request.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.