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
    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
    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
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Material Test System (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services of the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring the systems operate within design specifications critical for the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, with questions accepted until December 10, 2025, at 3:00 p.m. MST; interested vendors should submit their quotes via email to Contract Specialist Rachel Wright and Contract Officer Melissa Huston.
    SOLE SOURCE - Atomic Force Microscope
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure a sole-source Bruker MultiMode 8-HR atomic force microscope (AFM) system for the United States Naval Academy (USNA) in Annapolis, Maryland. This acquisition aims to enhance advanced research capabilities in high-resolution imaging and quantitative nanoscale characterization, while also supporting midshipmen's educational activities. The selected system will upgrade the existing Bruker MultiMode 8, ensuring compatibility with current equipment and providing proprietary imaging modes essential for non-destructive analysis of various surfaces. Quotes are due by December 16, 2025, and interested parties must be registered in SAM.gov to participate. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    Time Tagger
    Dept Of Defense
    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.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.