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
    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
    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.
    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
    Similar Opportunities
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – Mastersizer 3000 laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Mastersizer 3000 laser through a sole source justification. This procurement is focused on acquiring a chemical analysis instrument that is critical for various defense-related applications. The Mastersizer 3000 is essential for precise particle size analysis, which plays a significant role in material characterization and quality control processes. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    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.
    Vision Measurement System
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing Vision Measurement Systems (VMS) as part of a Sources Sought notice. The procurement aims to acquire a minimum of one and a maximum of four VMS units, which are critical for calibration standards of various gauges and micrometers, adhering to specific military standards and requirements outlined in the Statement of Work (SOW). These systems will be utilized in shore-based laboratories to calibrate test instruments, ensuring high accuracy and performance in dimensional and angular measurements. Interested parties must submit a Capability Statement by December 17, 2025, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil, referencing Sources Sought Notice N6426726R1004, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    66--GAGE,PRESSURE,DIAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a pressure gauge (NSN 1H-6685-007995783-X5) under a presolicitation notice. The procurement is intended for a specific part for which the Government does not own the necessary data or rights for alternative sourcing, making it uneconomical to reverse engineer or purchase data from other sources. Interested parties have 45 days to express their interest and capability to fulfill this requirement, although the Government reserves the right to proceed with a sole-source contract under FAR 6.302-1. For further inquiries, potential vendors can contact Melissa A. Furness at (771) 229-0075 or via email at MELISSA.FURNESS@NAVY.MIL.
    12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.