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
    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
    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.
    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
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    SPERONI MAGIS 600 N6449826Q5019
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.
    INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    52--SURVEY KIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 15 units of a Survey Kit, identified by NSN 5280015283680. The solicitation is classified as a Request for Quotation (RFQ) and is aimed at acquiring these kits from approved sources, specifically TEK-JSR with part number ASSY80010. The Survey Kit is essential for various military applications, ensuring accurate measurements and assessments in operational environments. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    RUGGED,FLAT,PANEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Rugged Flat Panel, under solicitation number N00104-25-Q-LE15. The procurement aims to secure a repair turnaround time (RTAT) of 90 days for the specified item, which is critical for maintaining operational readiness and functionality within naval operations. Interested contractors are encouraged to provide their quotes, including pricing and RTAT, by the close of business on January 5, 2026, and must ensure compliance with all specified quality assurance and inspection requirements. For further inquiries, potential bidders can contact Joseph Weaver at 717-605-1884 or via email at joseph.d.weaver22.civ@us.navy.mil.
    66--METER,ARBITRARY SCA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of seven units of the Arbitrary Scale Meter (NSN 6625-12-412-3363). This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Totalizing Fluid Meter and Counting Device Manufacturing industry, specifically under NAICS code 334514. The meters are critical for various defense applications, ensuring accurate measurement and counting in fluid systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
    Narda
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of various electronic measurement and field detection equipment under solicitation N0017826Q6653. The requirement includes items such as digital broadband probe repeaters, tripods, AC/DC adapters, FieldMan Basic Sets, and E-Field Probes, which are essential for measuring and testing electrical signals. These specialized instruments are critical for ensuring accurate measurements in defense applications, and vendors must be authorized resellers of the specified brand-name items. Proposals are due by December 24, 2025, at 12:00 p.m. EST, and interested parties should direct inquiries to Heather Wiley at heather.wiley@navy.mil or call 540-742-8742.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SVM Kinematic Viscometer Calibration and Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC), is seeking contractors to provide calibration and maintenance services for the Anton Paar SVM 3001 Kinematic Viscometer located in San Diego, California. The procurement includes on-site preventative maintenance, calibration services in accordance with industry standards, and telephone assistance for diagnosing equipment malfunctions. These services are critical for ensuring the accurate operation of laboratory instruments used in various defense applications. Interested contractors are encouraged to submit capability statements and lead times by December 23, 2025, at 11:00 AM (PST) to Edward Dean at edward.b.dean5.civ@us.navy.mil and Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil.