Test Sequence and Timing System NOI
ID: FA910125QB034Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, intends to procure two Test Sequence and Timing Systems through a sole-source contract with Hadland Imaging, LLC, due to the unique nature of the requirement. This procurement is justified under 10 USC 3204(a)(1), which allows for non-competitive procedures when only one responsible source can fulfill the agency's needs. The systems are categorized under NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, highlighting their specialized application in defense operations. Interested parties may provide feedback until 1:00 PM CST on April 8, 2025, and can reach out to Contract Specialist Ms. Bailey Deason or Contracting Officer Ms. Brooke Vandeman for further inquiries regarding this acquisition.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The AFTC/PZIA at Arnold AFB, TN, is planning a sole-source procurement from Hadland Imaging, LLC for two Test Sequence and Timing Systems due to the unique nature of the requirement. Citing 10 USC 3204(a)(1), which allows non-competitive procedures when services are available from only one responsible source, the Contracting Officer concluded that only Hadland Imaging can fulfill this need. The acquisition corresponds to NAICS code 334519, pertaining to Other Measuring and Controlling Device Manufacturing. Although this notice does not request competitive quotes, the government will accept feedback until 1:00 PM CST on April 8, 2025, which may influence their procurement decision. Should no competing offers arise, a contract will directly proceed with Hadland Imaging. Interested parties can reach out to Contract Specialist Ms. Bailey Deason or Contracting Officer Ms. Brooke Vandeman for inquiries regarding this acquisition.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
SOLE SOURCE RIEGL VZ-20001 3D TLS 2 YEAR MAINTENANCE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source contract for the maintenance of two Riegl VZ-20001 3D terrestrial laser scanners (TLS) over a two-year period. The procurement aims to ensure reliable operation and maintenance of advanced imaging equipment, which is critical for precision tasks in governmental operations. The selected contractor, Riegl USA, will perform comprehensive maintenance, recalibration, firmware updates, and performance testing on the scanners, with the anticipated contract award date set for April 23, 2025, and an estimated delivery schedule on or before July 2, 2025. Interested parties may submit capability statements or proposals to the primary contact, Amber Marshall, at amber.marshall.4@us.af.mil or by phone at 801-777-3484.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
The Naval Air Warfare Center Aircraft Division Webster Outlying Field (WOLF) Identification Friend or Foe (IFF) Products
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with BAE Systems, Inc. for the procurement of hardware, spares, and incidental services related to Identification Friend or Foe (IFF) products. This procurement includes essential items such as various Digital Interrogators and Common Transponders, which are critical for life cycle engineering and sustainment of military identification systems. The Government plans to issue a five-year Basic Ordering Agreement with BAE Systems, the sole designer and manufacturer of the required equipment, under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, indicating that no other sources can fulfill these requirements. Interested parties must submit their responses via email to Truman Harris at truman.b.harris3.civ@us.navy.mil by the specified deadline.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
SOLE SOURCE - RADIO FREQUENCY DISTRIBUTION UNITS
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the procurement of Radio Frequency Distribution Units on a sole-source basis from Teledyne Microwave Solutions. The requirement includes the evaluation and potential repair of nine units, specifically part number 77C735749P1, with options for additional repairs outlined in the solicitation. These units are critical for test and evaluation purposes within naval operations, emphasizing the importance of reliable electronic and precision equipment. Interested vendors must submit their capability statements by April 11, 2025, at 4:00 PM Eastern Time, and all proposals should be directed to Jaclyn Murray at jaclyn.b.murray.civ@us.navy.mil.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
KC-130 Radar Signal Simulator and Spares
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, intends to procure a Fixed-Price contract for specific Peculiar Support Equipment (PSE) related to the KC-130J Kuwait Foreign Military Sales (FMS) Program. The procurement includes items such as the Radar Signal Simulator AN/PLM-4 and various associated components, all of which are exclusively manufactured by Symetrics Industries LLC, the Original Equipment Manufacturer (OEM). This acquisition is being pursued on a sole source basis due to the lack of available technical data for competitive bidding, and interested parties are invited to submit responses within fifteen (15) calendar days of the notice publication. For further inquiries, potential respondents can contact Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil, with responses due by April 24, 2025, at 3:00 PM EDT.
SOLE SOURCE – 4 CHANNEL DIGITAL RECEIVERS
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure 4 Channel Digital Receivers on a sole-source basis from Mercury Systems. The procurement includes evaluation and repair services for a total of 34 units, with specific quantities outlined in the solicitation, and is critical for military operations requiring specialized equipment. The total purchase order is not to exceed $250,000, with a procurement timeline starting on April 7, 2025, and a closing date for submissions set for April 11, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Jaclyn Murray at jaclyn.b.murray.civ@us.navy.mil.
Best Source Selector
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a "Best Source Selector" device, as outlined in solicitation number FA9101-25-Q-B039. This procurement aims to acquire a Diversity Combiner/Best Source Selector unit from GDP Space Systems, which is essential for enhancing data selection capabilities at White Sands Missile Range, with specific requirements including rack mountability, support for at least 16 input channels, and compliance with Range Commanders Council standards. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by April 14, 2025, and a mandatory delivery timeframe of 30 weeks post-award to Holloman Air Force Base in New Mexico. Interested vendors can reach out to Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further inquiries.
Time Tagger
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.