Spectrum Analyzers
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source purchase order to Technical Communities for the acquisition of spectrum analyzers and related equipment. This procurement includes two spectrum analyzers, a rack mount kit, and a software license for electronic attenuation, specifically tailored to meet the agency's unique requirements. The purchase will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, emphasizing the importance of these specialized instruments for the NRL's operations. Interested parties may express their capabilities within 15 calendar days of this notice, and should direct inquiries to Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil, referencing the Notice of Intent number in their correspondence.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 8:05 PM UTC
The Naval Research Laboratory (NRL) plans to issue a sole source purchase order to Technical Communities of La Palata, MD, for the acquisition of various spectrum analyzers and related equipment. This notification emphasizes that this is not a request for competitive proposals, as only Technical Communities can fulfill the agency's specific requirements. The order includes two spectrum analyzers, an accompanying rack mount kit, and a software license for electronic attenuation, with details delineated in an attached chart. The solicitation follows Simplified Acquisition Procedures under the Federal Acquisition Regulation (FAR) guidelines for purchases under $250,000. Interested parties are invited to express their capabilities, but responses showing competitive advantage will be necessary for the government to consider a competitive procurement. The document highlights the potential procurement codes and emphasizes that costs incurred in responding will not be reimbursed. Interested parties must reference the notice number in any correspondence regarding this intent. Overall, this document outlines a targeted procurement strategy focusing on efficiency and specific vendor selection.
Lifecycle
Title
Type
Spectrum Analyzers
Currently viewing
Special Notice
Similar Opportunities
N66001-25-Q-6193: Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Berkeley Nucleonics Corporation for the procurement of 16 rugged gamma scintillation detectors manufactured by Scionix Holland B.V. These detectors, essential for analytical laboratory applications, feature a 51 x 102 x 152 mm Csl(Na) scintillation crystal, which is critical for various defense-related analytical tasks. Interested vendors capable of fulfilling this requirement are encouraged to submit their capability statements or inquiries via email to Contract Specialist Dane J. Black at dane.j.black.civ@us.navy.mil by April 29, 2025, at 12 PM Pacific Time. All responding vendors must be registered in the System for Award Management (SAM) to be considered.
Notice of intent to award sole source
Buyer not available
Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
Notice of Intent to Award Sole Source Order to Reuter-Stokes, LLC
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Reuter-Stokes, LLC for the procurement of Helium proportional counters. The requirement includes 24 units of a 1-inch diameter by 20-inch active length He-3 Proportional counter, which is critical for various measurement and control applications within defense operations. This procurement is being conducted under FAR Simplified Acquisition Procedures, and while the intent is to negotiate solely with Reuter-Stokes, all responsible sources may submit proposals for consideration. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Stephen O'Neill via email by May 6, 2025, at 11 AM Pacific Time.
InGas Sensor
Buyer not available
The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for an InGas Sensor to Axioma Optics, Inc., located in Somerville, MD. This procurement is being conducted under Simplified Acquisition Procedures, as the requirement is expected to be below the $250,000 threshold, and only one responsible source is deemed capable of fulfilling the agency's needs. The InGas Sensor is critical for optical instruments and test equipment, falling under the NAICS code 423490 and PSC code 6650, which are essential for various defense applications. Interested parties have three calendar days from the notice publication to express their interest and capability, with inquiries directed to Natalie Waugh at natalie.f.waugh.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-0019.
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.
Notice of Intent to Award Sole Source to CORESYSTEMS
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a Sole Source contract to CORESYSTEMS for a Firm-Fixed-Price purchase order. This procurement is aimed at acquiring electronic computer manufacturing services, which are critical for enhancing the Navy's information technology and telecommunications capabilities. The contract is being pursued on a non-competitive basis, indicating the specialized nature of the services required. For further inquiries, interested parties can contact Contract Specialist James W. Lindsey at james.w.lindsey6.civ@us.navy.mil or by phone at 619-553-3841.
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.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
N0017325Q5311- Programmable Direct Current (DC) Power Supply
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations from qualified small businesses for the procurement of two Programmable Direct Current (DC) Power Supplies. These power supplies must meet specific technical requirements, including a rated output of 30 kW, a voltage range of 0-375 VDC, and a current range of 0-77 ADC, along with necessary I/O connections and power specifications. This procurement is crucial for providing controlled power for experimental apparatus, ensuring reliability and compliance with federal regulations. Interested vendors must submit their quotations via email by the specified deadline, and the evaluation will follow a Lowest Price Technically Acceptable method. For further inquiries, contact Kayrelly Aguirre-Arroba at kayrelly.aguirre-arroba2.civ@us.navy.mil.
66--SYSTEM ASSEMBLY,SUB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 75 units of a specific navigational instrument, identified by NSN 1H-6605-009351303. The procurement is for supplies that the Government intends to solicit and negotiate with only one source due to the unavailability of data or rights necessary for competitive bidding, as it has been deemed uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with the primary contact for inquiries being April N. Schlusser at (717) 605-7230 or via email at APRIL.SCHLUSSER@NAVY.MIL.