SOLE SOURCE SOLICITATION FOR - Quantity one (1) Ultra-High Frequency (UHF) Lock-in Amplifier
ID: W911QX24Q0284Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement of one Ultra-High Frequency (UHF) Lock-in Amplifier, with the intent to award a sole source contract to Zurich Instruments AG. The amplifier must meet specific technical requirements, including multi-frequency capabilities exceeding 500 megahertz, exceptional phase angle resolution, and low input noise, among other features outlined in the attached "Salient Characteristics" document. This procurement is crucial for enhancing research capabilities at the U.S. Army Research Laboratory in Adelphi, Maryland, with a delivery deadline set for October 24, 2024. Interested parties should submit their proposals by 2:00 PM EST within five business days of the posting, and can direct inquiries to Karen Millner at karen.s.millner.ctr@army.mil.

    Files
    Title
    Posted
    The document outlines a combined synopsis/solicitation for the procurement of one Ultra-High Frequency (UHF) Lock-in Amplifier intended for the U.S. Army Research Laboratory in Adelphi, Maryland. The solicitation number is W911QX24Q0284, and the contract is set for sole source negotiation with Zurich Instruments AG, based in Switzerland. Interested parties can submit proposals within five business days of the posting but should note that competitive proposals are not actively sought. A detailed description of requirements is provided in an attached document titled "Salient Characteristics," and the deadline for delivery is October 24, 2024. Terms and conditions follow the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), including compliance with various clauses addressing government interests, subcontracting norms, and equal opportunity regulations. The solicitation emphasizes that contract financing is unavailable and all offers must be submitted by 2:00 PM EST via email to the specified acquisition specialist. This solicitation exemplifies the structured process of government procurement to secure specialized commercial items directly from a designated source.
    The document outlines the provisions and clauses associated with a federal government solicitation for a contract, intended for a single source award to Zurich Instruments AG. It includes contact details for the Contract Specialist and Contracting Officer, specifies a Firm Fixed Price (FFP) contract type, and emphasizes government inspection and acceptance at a designated Army laboratory. The intent to award without competition aligns with FAR guidelines, with specific stipulations for proposals and exceptions. The text further delineates payment terms, receiving instructions, and the requirements for unique item identification under specified military standards. It highlights the transition to the Army Contract Writing System (ACWS) and defines guidelines for electronic invoicing through the Wide Area Workflow (WAWF) system, ensuring compliance with established protocols. Overall, this solicitation provides a comprehensive framework for potential contractors, detailing both logistical requirements and compliance obligations necessary for contract fulfillment.
    The government document outlines a Request for Proposal (RFP) for an Ultra-High Frequency (UHF) Lock-in Amplifier, detailing specific technical requirements that must be met by vendors. The amplifier must support multi-frequency operations exceeding 500 megahertz, exhibit exceptional phase angle resolution, and possess minimal input noise across the operational frequency range of 100 kilohertz to 500 megahertz. It must also include a 100 decibels signal reserve, dual signal generator, two-input digitizer, and an atomic clock with precise deviation. Additionally, the amplifier is required to have boxcar averaging capability and integrate all specified features into a single system with appropriate software. Demonstrated performance in published studies related to lock-in infrared thermography and thermoreflectance applications is essential. There is an optional inclusion of an arbitrary waveform generator for enhanced integration quality. The document is validated by Orlando R. Hernandez, the contracting officer, dated August 16, 2024, indicating the formal approval of the requirements specified for this procurement.
    The document outlines a request for proposal (RFP) for the procurement of an Ultra-High Frequency (UHF) Lock-in Amplifier for governmental use. The required system must feature a multi-frequency lock-in amplifier with capabilities extending over 500 megahertz, demonstrate exceptional phase angle resolution, and maintain low input noise across a specified frequency range. Additional key specifications include a high signal reserve, dual signal generator, two-input digitizer, and an atomic clock with minimal deviation. The system should integrate all functions into a single unit, equipped with software, and its performance must be validated through published research in relevant scientific fields. An optional feature is the inclusion of an arbitrary waveform generator to enhance integration quality. The document is formally signed by the contracting officer, Orlando R. Hernandez, indicating its official status within the procurement process. Its structure emphasizes the technical specifications required for the amplification system, reflecting a crucial public sector acquisition aimed at advancing research capabilities.
    The document is a Sources Sought Notice issued by the Government to identify potential sources for acquiring an Ultra-High Frequency (UHF) Lock-in Amplifier. It encourages participation from various industry sectors, particularly small businesses, including those designated as Small Business, 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB to ensure competition among contractors. The notice outlines specific requirements for the amplifier, including capabilities related to frequency range, phase angle resolution, input noise, and integrated systems. Interested parties have five business days to submit their capabilities and relevant business classification, including past project experience. The responses are to be directed to an Acquisition Specialist at the provided contact information, with a contract performance location in Adelphi, Maryland. The estimated delivery date is set for October 31, 2024. This notice functions as a preliminary step prior to any formal solicitation, aimed at gathering market information rather than creating binding commitments.
    Similar Opportunities
    Amplifier
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting quotes for the procurement of an amplifier assembly for the AN/FPQ-16 PARCS Radar system, a critical component in defense operations. The procurement requires compliance with military standards, including First Article Testing and adherence to the Buy American Act, ensuring quality and reliability in the supply chain. The selected contractor will be responsible for delivering the amplifier assembly, with a submission deadline for quotes set for March 13, 2025, and a requirement for electronic submissions of various documentation, including a Counterfeit Prevention Plan and engineering data. Interested vendors should contact Scottina Malia at scottina.malia@us.af.mil for further details.
    RFQ - 711 HPW/RHDR 10kW Amplifier System
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for a 10kW amplifier system to replace outdated equipment at the 711 HPW/RHDR, with a focus on enhancing research capabilities in high peak power continuous and pulsed microwave applications. The procurement requires a system that meets specific technical specifications, including a frequency range of 1-6 GHz and a minimum power output of 8 kW to 10 kW, ensuring compatibility with existing infrastructure and operational efficiency. This upgrade is critical for ongoing bioeffects research, with a desired delivery timeline of 18 months post-award to Fort Sam Houston, Texas. Interested small businesses must submit their quotes by April 1, 2025, and can direct inquiries to Contracting Officer Chris Stokes at chris.stokes.1@us.af.mil.
    59--KU BAND AMPLIFIER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of KU Band Amplifiers. This contract aims to acquire amplifiers classified under the PSC code 5996, which are essential components in various defense communication systems. The amplifiers will play a critical role in enhancing signal strength and reliability for military operations. Interested vendors can reach out to Michael Decker at 717-550-3057 or via email at MICHAEL.DECKER@DLA.MIL for further details regarding the solicitation process.
    Request for Information (RFI): Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier - System
    Buyer not available
    The Department of Defense, specifically the Army, has issued a Request for Information (RFI) for the development of a Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System. This RFI aims to gather information on potential sources and emerging technologies that can support a vehicle-mounted RF distribution and amplification system, with responses requested from cleared defense contractors. The government emphasizes that this inquiry is for information-gathering purposes only and does not indicate a commitment to solicit proposals or award contracts. Interested parties must submit their white papers, detailing technical specifications, capabilities, and rough cost estimates by March 26, 2025, and can request draft requirements through DoD Safe. For further inquiries, contact Kellie R. Clavijo at kellie.r.clavijo.civ@army.mil or Jay Kent at jay.a.kent.ctr@army.mil.
    SCS Radio Amplifier
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of Radio Frequency Amplifiers, specifically the SCS Radio Amplifier. Contractors are required to adhere to strict engineering and packaging specifications, including the submission of a Counterfeit Prevention Plan within 30 days of contract award, and compliance with military standards for packaging and marking. This procurement is critical for maintaining the integrity and functionality of defense systems, emphasizing quality assurance and regulatory compliance throughout the supply chain. Interested parties should contact Travis Bodily at travis.bodily@us.af.mil for further details and to ensure timely submission of proposals in accordance with the outlined requirements.
    FMS, NIIN 016913816, QTY 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of one unit of FMS, NIIN 016913816. The contract requires compliance with various standards, including inventory reporting, hazardous material identification, and adherence to quality management systems such as ISO 9001 or SAE AS9100. This procurement is critical for maintaining military readiness, ensuring that the supplied amplifiers meet established safety and efficiency standards. Interested contractors should direct inquiries to Taylor M. O'Connor at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    59--AMPLIFIER,AUDIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of audio frequency amplifiers. This solicitation aims to acquire amplifiers that meet the specifications outlined in the associated documentation, which are critical for various defense applications. The amplifiers play a vital role in enhancing audio signals for communication and operational effectiveness within military systems. Interested vendors can reach out to Alexander Stimeling at 717-605-1383 or via email at ALEXANDER.STIMELING@NAVY.MIL for further details regarding the solicitation process.
    59 - AMPLIFIER,RADIO FRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of radio frequency amplifiers. This contract aims to acquire amplifiers classified under the PSC code 5996, which are critical components in various defense applications. The goods will be utilized to enhance communication and signal processing capabilities within military operations. Interested vendors can reach out to Matthew Cracker at 717-550-3121 or via email at MATTHEW.CRACKER@DLA.MIL for further details regarding the solicitation process.
    Calibration and Repair Services (C&RS) of Model FSV40 Spectrum Analyzer
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide Calibration and Repair Services (C&RS) for the Rohde & Schwarz model FSV40-N Spectrum Analyzer. The procurement requires contractors to perform repairs to restore the analyzer to its original condition and provide calibration services in accordance with ISO/IEC 17025 standards, including a detailed calibration report. This initiative is crucial for maintaining the precision and reliability of military equipment, underscoring the Army's commitment to effective logistical support. Interested parties must submit a white paper by March 14, 2025, detailing their company information and capabilities to the designated contacts, Taylor Siskoff and Portia Sampson, via email.
    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.