Multi-Conjugate Adaptive Optics Technical Support
ID: N0024425Q0115Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for technical support related to the Multi-Conjugate Adaptive Optics system. The primary objective is to procure necessary services to upgrade the Low Power Beam Control Testbed (LPBCT) and establish a multi-conjugate adaptive optics testbed, which is critical for the Naval Postgraduate School's research initiatives. Baker Adaptive Optics is identified as the sole provider capable of delivering the required proprietary hardware and software, essential for the seamless integration and operation of the adaptive optics system. Interested parties must submit capability statements by 10:00 AM PST on March 18, 2025, via email to jonathan.a.stames.civ@us.navy.mil, as no competitive proposals will be accepted.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fiber Optic Measurement System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential vendors capable of providing a Fiber Optic Measurement System (FOMS) to support the Naval Air Systems Command (NAV AIR) and the Naval Sea Systems Command (NAVSEA). The procurement aims to replace outdated measurement and diagnostic equipment, enhancing the capabilities of the Measurement Science and Engineering Department in metrology, particularly for optical and fiber optic systems. This initiative is critical for maintaining high standards of calibration and testing equipment, ensuring operational readiness and interoperability of naval weapons systems. Interested parties are encouraged to submit a Capability Statement by March 13, 2025, to procurement specialist Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1008 in their correspondence.
    58--ADAPTER,NIGHT VISIO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of night vision adapters. This procurement aims to enhance the operational capabilities of night vision equipment, which is critical for various defense applications. The selected contractor will be responsible for ensuring the functionality and reliability of these vital systems, which play a significant role in navigation and situational awareness during nighttime operations. Interested parties can reach out to Hayden J. Young at 215-697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Astronomy and Physics Analysis Tool Developer
    Buyer not available
    The Department of Defense, specifically the Naval Supply Center (NAVSUP) Fleet Logistics Center Norfolk, is seeking potential vendors for the development of an Astronomy and Physics Analysis Tool. This opportunity aims to identify qualified contractors who can provide network engineering services and support the modernization of scientific software applications critical for the United States Naval Observatory (USNO). The initiative is essential for enhancing the accuracy of time and astrometry data used for navigation by the Department of Defense, with a focus on modern development practices, including containerization and security compliance. Interested parties must submit their written responses, including business size and capability statements, to Mrs. Jordan Walton at jordan.l.walton.civ@us.navy.mil by March 14, 2025, as this is a Sources Sought announcement intended for market research purposes only.
    Modernized Interferometry Laser System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes for a Modernized Interferometry Laser System, specifically high stability lasers and associated components from Hubner Photonics Inc. The procurement includes various items such as C-FLEX lasers and combining optics, with strict adherence to brand-name specifications and the requirement for vendors to provide authorization to sell these products. These advanced laser systems are critical for enhancing the Navy's operational capabilities, necessitating compliance with federal regulations regarding shipping and business practices. Interested vendors should contact Mia Barela at maria.p.barela3.civ@us.navy.mil for further details, with a delivery timeline of 16 weeks from the order date to a designated government location in Norco, California.
    SANTA BARBARA INFRARED INTEGRATING SPHERE AND INTERFACE BOX
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Santa Barbara Infrared Integrating Sphere and Interface Box under a sole source contract. This procurement involves the acquisition of one Integrating Sphere (part number VSX-04-P-A-L-25-EGS) and one ACE II Interface Box (part number 310-000-818) to support the Shipboard Panoramic Electro-Optical Infrared (SPEIR) Medium Wave Infrared (MWIR) Program, highlighting the importance of advanced infrared technology in military applications. Interested vendors must submit their capability statements by the closing date of March 17, 2025, at 5:00 PM Eastern Time, and are encouraged to monitor the SAM.gov website for any updates or amendments to the solicitation. For further inquiries, contact Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Springer Nature Serials Renewal
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for the renewal of Springer Nature serials, specifically for Library Journal/E-books, to support the Naval Postgraduate School (NPS). The objective of this procurement is to secure licenses from Springer Nature Customer Service Center, LLC, as they are the only authorized provider capable of meeting the Government's needs due to the proprietary nature of the software. Interested vendors must submit a capability statement by 10:00 AM PST on March 17, 2025, detailing their qualifications and ability to provide the required licenses, with submissions directed to jonathan.a.stames.civ@us.navy.mil. This notice is not a request for competitive proposals, and no solicitation document will be issued.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    SUBJECT: Long Term Contract (Requirements Contract) Synopsis - Notice of Intent to Sole Source & Consolidation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is issuing a Request for Proposal (RFP) for a five-year Requirements Contract focused on the repair, modification, and manufacturing of thermal imaging systems and sensor systems. Contractors are required to provide all necessary parts for repair while adhering to military standards for packaging, marking, and compliance with technical specifications, including unique item identification and commercial asset visibility reporting. This procurement is crucial for maintaining the operational readiness of military equipment, ensuring that thermal imaging and sensor systems are effectively supported. Interested contractors should note that the proposal submission deadline has been extended to March 14, 2025, and must acknowledge receipt of all amendments to the solicitation. For further inquiries, contact Andrew Stader at andrew.stader@navy.mil or Sarah Ream at sarah.e.ream.civ@us.navy.mil.