Notice of Intent - Sole Source - 4D Technologies
ID: N0016725Q1015Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 5:04 PM UTC
This document outlines a solicitation process by the Naval Surface Warfare Center Carderock Division (NSWCCD) for the procurement of commercial items, specifically a 4D InSpecXL Surface Gage and accompanying equipment from 4D Technologies. The procurement will be non-competitive, as only one source is deemed available. The request for capability statements is directed to interested parties to express their interest in meeting the specifications by a deadline of April 16, 2025. The deliverables include specific models and instruments necessary for conducting precise 3D surface measurements. The specifications require high-resolution capabilities and compatibility with specific software and hardware setups. Delivery of the items is expected by May 1, 2025, to the Carderock Division, with thorough listing of pricing arrangements and inspection protocols detailed. Additionally, clauses and provisions from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated to ensure compliance with federal procurement standards. This solicitation represents the government's ongoing efforts to source advanced technological tools necessary for defense operations while ensuring adherence to established regulatory frameworks.
Apr 1, 2025, 5:04 PM UTC
The memorandum outlines a Sole Source/Brand Name Justification for procuring the InSpecXL optical surface profile measuring device from 4D Technologies for the USMC. Under the Simplified Acquisition Threshold (SAT), the document justifies soliciting only one source due to proprietary rights and the unique capabilities of the InSpecXL system. This device is designed for field use, enabling accurate surface profile measurements in challenging conditions, which enhances maintenance management decisions without requiring dismantling of operational assets. The memorandum confirms that the InSpecXL was vetted through the appropriate review process and is the only product meeting the operational criteria set forth by the NSWCCD. The acquisition includes additional supporting equipment necessary for the effective use of the InSpecXL. Overall, the justification underscores the need for specialized technology in military applications, emphasizing efficiency and data accuracy in maintenance practices.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
ANSYS Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure ANSYS software and associated support exclusively from Ansys, Inc. This sole-source acquisition is necessary due to the unique capabilities of ANSYS software, which is essential for conducting finite element analysis (FEA) in structural, thermal, and multiphysics simulations critical to the Department of Navy's design evaluations. The procurement will follow Simplified Acquisition Procedures, with a firm fixed-price purchase order expected to be awarded, and interested vendors are invited to submit capability statements by 12:00 PM on April 8, 2025. For inquiries, interested parties may contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
PCDMIS CAD++ Software Upgrade
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an upgrade for the PCDMIS CAD++ software from Hexagon Manufacturing Intelligence, Inc. This procurement involves a 12-month subscription for software upgrades, including PCDMIS CAD++, MyCare certification, and Metrology Assistant Manager Advanced, with options for two additional renewal years. The PCDMIS software is critical for engineering technicians to ensure precision in manufacturing by comparing measured data to CAD models, highlighting its importance in the Navy's engineering projects. Interested parties must submit a capabilities statement by April 10, 2025, to Steven Besanko at steven.besanko@navy.mil, with the contract performance period set from March 31, 2025, to March 31, 2026, under a firm-fixed-price structure.
NOTICE OF INTENT TO SOLE SOURCE FOR THE PROCUREMENT OF MICHIGAN SCIENTIFIC SW-SR2 STEERING EFFORT TORQUE AND ANGLE TRANSDUCER
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 two Michigan Scientific SW-SR2 Steering Effort Torque and Angle Transducers, including necessary clamp sets. This specialized equipment is critical for mission-oriented automotive testing at the Automotive Test Center, and market research has confirmed that Michigan Scientific Corporation is the only supplier capable of meeting the specific requirements for this proprietary model. Interested parties are invited to express their interest and capability in writing by April 16, 2025, at 1:30 PM Eastern Daylight Time, although this notice does not constitute a request for competitive proposals. For further inquiries, contact Patrick Drabinski at patrick.j.drabinski.civ@army.mil or Birgit M. Jones at birgit.m.jones.civ@army.mil.
Notice of Intent to Sole Source - Technology Design PS45 Pocket Scan
Buyer not available
The U.S. Army Corps of Engineers (USACE), Portland District, intends to negotiate a sole source contract for the procurement of a TD PS45 Pocket Scan from Stroud Systems, Inc. This acquisition is aimed at supplying a non-destructive testing device to the Welding and Metallurgy Technical Center of Expertise Section, which is critical for ensuring the integrity of materials and structures. The procurement falls under the NAICS code 423830, focusing on Industrial Machinery and Equipment Merchant Wholesalers, and is categorized as a Total Small Business Set-Aside. Interested parties may submit capability statements or proposals to Mr. Darrell Hutchens at darrell.d.hutchens@usace.army.mil by April 7, 2025, although a formal solicitation will not be issued, and the government reserves the right to proceed without competition if no affirmative responses are received.
Metallographic Abrasive saw
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure a Metallographic Abrasive saw on a sole-source basis from Struers LLC. This procurement is essential for supporting NAWCAD Lakehurst operations and falls under the authority of 10 USC 3204(a)(1), as implemented in FAR 6.302-1, indicating that no competitive solicitation will be issued. Interested parties have a 15-day window to respond to this presolicitation notice, although the Government retains discretion over whether to open the requirement to competition. For further inquiries, interested vendors can contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
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.
53--STANDOFF,PLAIN,SNAP
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure a sole source item identified as the STANDOFF, PLAIN, SNAP, with NSN 7R-5340-014258390-XE, from L3HARRIS TECHNOLOGIES INC. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, and is specifically intended for a Foreign Military Sales (FMS) buy for Australia. This procurement is critical as the item is proprietary to the Original Equipment Manufacturer (OEM), and no drawings or data are available for alternative sourcing, necessitating a sole source acquisition under 10 U.S.C. 2304(c)(1). Interested parties must submit their capability statements to the primary contact, Michael J. Keith, via email at michael.j.keith40.civ@us.navy.mil within 15 days of this notice, with proposals accepted for consideration up to 45 days post-notice.
58--DOME,SONAR
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure three units of the DOME, SONAR, identified by NSN 7R-5845-145887069-CB and part number 44035965AK, on a sole source basis from Thales Defense & Security Inc. This procurement is critical as the DOME, SONAR is essential for underwater sound equipment, and Thales is the Original Equipment Manufacturer (OEM) with exclusive rights to provide repair support for this item. Interested vendors are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for March 2024; inquiries should be directed to Grace Y. McGinley via email at grace.v.mcginley.civ@us.navy.mil.
Notice of Intent to Sole Source - Remote Weapon Station Effort
Buyer not available
The Department of Defense, specifically the Marine Corps, intends to negotiate a sole-source contract with Kongsberg Defense & Aerospace Inc. for the procurement of a Remote Weapon Station, along with training, spares, engineering services, and sustainment. This procurement is critical as the Remote Weapon Station is the only known solution that meets the U.S. Marine Corps' requirements and is compatible with the MADIS Inc. 1 Command & Control software baseline. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability responses by 10:00 AM local time on April 17, 2025, to Mr. Justin Hempe and Ms. Stasia Baker via the provided email addresses.
Notice of Intent to Sole Source - Pulse Duration Measurement Autocorrelator Device
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), intends to procure a Pulse Duration Measurement Autocorrelator Device for femtosecond laser pulse diagnostics. This specialized instrument is required to characterize femtosecond pulses generated by a laser operating in the spectral range of 630 nm to 5000 nm, with specific capabilities to function as both an intensity and interferometric autocorrelator. The procurement is critical for ongoing research and development efforts at the Geospatial Research Laboratory (GRL), which relies on precise pulse-width measurements calibrated to National Institute of Standards and Technology (NIST) standards. Interested vendors must submit capability statements and past performance information to Ethel D. Grant at ethel.d.grant@usace.army.mil by 2:00 PM CST on April 16, 2025, as the government intends to proceed with a sole source acquisition from Applied Physics and Electronics, Inc.