Notice of Intent to Sole Source, Data Acquisition Unit for ERDC GSL
ID: W912HZ25N4828Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Hi-Techniques Inc. for the procurement of a specialized benchtop data acquisition unit (DAQ) chassis. This unit must accommodate up to eight modules, allowing for a total of 64 data channels, and is required to meet specific technical specifications, including high sampling rates and compatibility with various sensors. The DAQ unit is critical for advanced data collection and analysis in geotechnical and structural research, ensuring precise measurements for ongoing projects. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 4:00 PM CST on June 18, 2025, although a solicitation will not be issued, and the contract is expected to be awarded on a firm-fixed price basis.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Time Tagger
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    UNIVERSAL DAQ SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    Sources Sought Notice for CHIPS R&D Data Acquisition System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is conducting market research through a Sources Sought Notice for a Data Acquisition System (DAQ) to support its CHIPS Metrology program. This procurement aims to identify potential sources capable of providing a DAQ system that can measure resistance and temperature changes in advanced packaging materials during accelerated aging experiments, which are critical for assessing the long-term reliability of semiconductor chips. The DAQ system will play a vital role in enhancing metrology capabilities within the U.S. semiconductor manufacturing ecosystem, ultimately contributing to improved design efficiency and cost savings. Interested manufacturers should respond with detailed information about their products and capabilities to the primary contact, Tracy Retterer, at tracy.retterer@nist.gov, by the specified deadline.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Dual High Resistance Bridge System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Services, is seeking quotes for the procurement of a Dual High Resistance Bridge System or an equivalent unit due to the obsolescence and aging of existing test equipment. This procurement aims to ensure accuracy and stability in resistance measurements, which are critical for the Army's operational capabilities. The required system includes components such as high resistance coaxial matrix scanners, programmable voltage sources, temperature-stabilized high resistance standards, air baths, and an equipment rack. Interested vendors must submit their quotes by January 15, 2026, at 3:30 PM CDT, and can direct inquiries to Ben Hymas or Shalanda McMurry via email.
    Sources Sought W31P4Q-26-Q-0004 -Interface Units, Data
    Dept Of Defense
    The Department of Defense, specifically the Army's ACC-RSA office, is seeking small businesses capable of supplying a one-time purchase of Interface Units, Data, under the sources sought notice W31P4Q-26-Q-0004. The procurement involves a firm fixed price contract for 140 units of the Interface Unit, Data (NSN: 7025-01-652-2856), which is essential for supporting the Calibration Weapon System. Interested vendors must confirm their small business status under NAICS code 334111 and provide a capability statement, evidence of authorization as a distributor or manufacturer, and delivery estimates by the response deadline of 4 PM CST on December 29, 2025. For further inquiries, interested parties should contact Lindsay Jennings at lindsay.d.jennings.civ@army.mil.
    PIER/RAIL Repair Kits - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source contract for PIER/RAIL Repair Kits to Edwards Design and Fabrication Incorporated (EDFI). This procurement involves up to 130 sets of expedient pier repair and off-loading ramp kits, with a total contract value of $10.3 million over five years, funded by FY2022 and FY2023 RDT&E and OPA funds, to support operational needs for the United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM). EDFI has been the sole provider of these kits since 2016, leveraging its unique expertise and proprietary manufacturing processes, which are critical to avoiding significant delays and costs associated with qualifying alternative sources. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further information.
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.
    SHOCK DATA RECORDER AND ACCELEROMETERS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing Shock Data Recorders and Accelerometers as outlined in the Sources Sought Notice MICC-FH-033557. The procurement requires a robust data acquisition system, including the SLICE6 AIR, which must feature a compact housing, a 500g shock rating, a 10,000Hz sample rate, and the capability to measure various parameters such as shock and GPS data, while supporting time synchronization for multiple devices. This equipment is critical for operational testing and data collection in airborne and special operations, ensuring precise measurements under challenging conditions. Interested parties should submit their responses by January 2, 2026, to Krista DuBose or Lucy Bonner via email, providing details about their company, small business status, and relevant experience.