LEICA AT-500 PROBING SYSTEM
ID: N5523625Q0104Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

DRAFTING, SURVEYING, AND MAPPING INSTRUMENTS (6675)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC), is seeking quotes for the procurement of one Leica AT-500 Probing System along with its associated parts, essential for maintaining naval operations at Naval Base San Diego. This procurement is a total small business set-aside, emphasizing the need for compliance with federal acquisition regulations and the delivery of high-quality measurement instruments. The selected contractor will be required to deliver the system by July 31, 2025, and must adhere to specific technical requirements outlined in the solicitation documents. Interested vendors should submit their quotes by April 16, 2025, and can direct inquiries to Jamie Devera or Cynthia Urias via email at jamie.m.devera.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil, respectively.

Files
Title
Posted
Apr 8, 2025, 3:07 PM UTC
The document outlines a Request for Proposal (RFP) from the Southwest Regional Maintenance Center (SWRMC) for the procurement of an LCS 2 Variant Class Alignment Kit, specifically the AT500 Probing System manufactured by Hexagon Metrology Inc. It details required items, including the probing system itself and various accessories such as reflectors, tripods, and software, all specified with part numbers and quantities needed. The items are to be delivered by July 31, 2025, to a designated location in San Diego, CA, with instructions to include a material listing and relevant delivery information. This procurement request reflects adherence to federal RFP standards aimed at maintaining equipment and capabilities for naval operations. The document emphasizes the systematic and organized approach required for such governmental transactions, outlining specifics that facilitate compliance and operational readiness.
Apr 8, 2025, 3:07 PM UTC
The document is a Request for Specification Clarification from SWRMC concerning the procurement of the AT-500 Probing System, associated with solicitation number N5523625Q0104 for ship/hull number CODE 253. It includes contact details for SWRMC representatives, Jamie Devera and Cynthia Urias, providing their email addresses for further inquiries. The document outlines a structured format for submitting contractor questions while delineating sections for technical and planner reviews, including supervisor and code reviews. Additionally, it indicates the potential for specification and material changes, as well as the need for documentation on approvals. The purpose of the request is to ensure clarity and comprehensiveness in the specifications to facilitate accurate bids from contractors. This encompasses typical procedures within government requests for proposals, aiming to uphold standards and transparency within federal contracting processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
3 EA. SeaTrac Brand Baseline Acoustic Transponder System -- Total Small Business Set Aside--
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure three SeaTrac brand ultra-short baseline acoustic transponder systems, specifically the X150 model, under a total small business set-aside. This procurement is essential for the Collaborative Underwater Autonomy Under Limited Communications project, where the SeaTrac systems are critical for implementing collaborative localization algorithms that meet specific technical requirements. The acquisition is justified as a limited source purchase due to the unique capabilities of SeaTrac products, which no alternative brands can fulfill, ensuring the project's success. Interested vendors must submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a CAGE code.
RODMETER,UNDERWATER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the RODMETER, UNDERWATER. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific requirements including a Repair Turnaround Time (RTAT) of 180 days and compliance with Item Unique Identification (IUID) standards. This equipment is critical for navigational purposes within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days, and must be authorized repair sources to be considered for the contract.
Seafloor Mapping Software
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software, specifically requiring 18 new software licenses along with extended maintenance agreements for both new and existing licenses. This software is critical for supporting various commercial undersea sensors and must comply with operational standards, including usability on classified SOCOM networks, emphasizing the importance of security compliance and ongoing technical support in federal procurement processes. Interested small businesses must submit their bids by April 30, 2025, with the selection process following a Lowest Price Technically Acceptable (LPTA) approach, and can direct inquiries to Ramon Jimenez at ramon.jimenez.7@us.af.mil or Yvette Prioleau at yvette.prioleau.1@us.af.mil for further details.
3D Scanner
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Hexagon Absolute 3D Scanner Arms and associated equipment as outlined in solicitation FA460825QC016. This procurement is a total small business set-aside and aims to acquire high-precision tools necessary for measuring and testing electrical signals, which are critical for operational success in various technical applications. Interested vendors must submit their quotes by 1:30 PM CDT on May 2, 2025, and are encouraged to review the provided equipment list and comply with all federal regulations as detailed in the solicitation documents. For inquiries, potential bidders can contact SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
66--METER,ARBITRARY SCA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of the Arbitrary Scale Meter (NSN 6625-01-088-8185). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the NAICS code 333310 for Commercial and Service Industry Machinery Manufacturing. The meters are critical for various applications in instrumentation and laboratory equipment, emphasizing the importance of reliable measurement tools in defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address provided in the solicitation notice.
Anderometer Hydraulics Replacement/Rebuild
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide replacement and rebuild services for the hydraulics system of an anderometer, a critical testing apparatus used in vibration testing of ball bearings for nuclear plant components. Contractors are required to submit a capabilities package and participate in a mandatory site visit scheduled for April 24, 28, and 29, 2025, to assess the equipment prior to quoting. The procurement is set aside for small businesses under NAICS code 811310, with a contract duration of one base year and an option for an additional year, evaluated on a lowest price technically acceptable basis. Interested parties must submit their quotes by May 2, 2025, and direct any inquiries to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.
BRAND NAME MANDATORY MK70 Scanners
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of MK70 Scanners through a combined synopsis/solicitation. This opportunity is aimed at acquiring commercial items under a firm fixed price (FFP) purchase order, with a focus on ensuring compliance with Federal Acquisition Regulation (FAR) guidelines and promoting inclusivity by encouraging bids from economically disadvantaged and women-owned businesses. The selected vendor will be evaluated based on technical specifications and pricing, with quotes due by May 9, 2025, at 10:00 AM EST. Interested vendors should submit their proposals to Jodi Fields at jodi.l.fields.civ@us.navy.mil, including essential company information such as DUNS number and Cage Code.
EASY LASER XT770
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of an EASY-LASER XT770 shaft alignment system, which is essential for maintaining operational efficiency in their fleet. The requirement includes one unit of the specified laser system, with delivery expected by May 21, 2025, and all shipments must adhere to strict packaging and labeling standards to ensure protection during transit. This procurement is part of a total small business set-aside initiative, emphasizing the importance of compliance with federal regulations, including those related to telecommunications and supply chain security. Interested vendors must have an active registration in SAM.gov and are encouraged to contact Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil for further details.
Spatial Analyzer- Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to gather information on vendors capable of providing Spatial Analyzer Ultimate Software Maintenance Agreements (SMA) and new licenses. This procurement aims to assess the market for software maintenance and licensing options, emphasizing the importance of these services in supporting operational capabilities. Interested vendors are invited to submit their company information, product capabilities, estimated costs, and feedback on delivery feasibility by 3:00 PM Pacific Time on April 28, 2025. For further inquiries, vendors can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.carpenter1@navy.mil.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.