VibControl System
ID: N0017325Q0043Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

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

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a VibControl System to M+P International Inc of Verona, NJ. This procurement is aimed at fulfilling specific requirements that only one responsible source can satisfy, emphasizing the unique capabilities of the VibControl System in measuring, displaying, and controlling industrial process variables. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have one calendar day from the publication of this notice to express their interest and capability. For further inquiries, interested vendors can contact Natalie Waugh at natalie.f.waugh.civ@us.navy.mil or by phone at 202-923-1538, referencing Notice of Intent number N00173-25-Q-0043.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    VibControl System
    Currently viewing
    Special Notice
    Similar Opportunities
    Thorlabs Infrared Spectrum Analyzer
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Thorlabs Inc. for the procurement of a Thorlabs Infrared Spectrum Analyzer. This specialized analytical laboratory instrument is critical for the NRL's research and development efforts, and the purchase will be made under Simplified Acquisition Procedures, adhering to FAR Part 13.106-1(b) for transactions not exceeding $250,000. Interested parties may express their capability to fulfill this requirement, but the government retains discretion over whether to pursue competitive procurement based on the responses received. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301265113.
    Praevium Wafer Bonded 8um Detectors
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Praevium Research Inc. for the procurement of Praevium Wafer Bonded 8um Detectors. This procurement is essential for fulfilling specific agency requirements that can only be met by the designated supplier, as no other sources are deemed capable of providing the necessary goods. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are invited to express their capabilities by referencing Notice of Intent number N00173-26-Q-1301264828 in their correspondence. For further inquiries, potential respondents may contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Open Text Media Management Software and Support Services Upgrade
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the upgrade of Open Text Media Management Software and Support Services to Open Text Inc. of Menlo Park, CA. This procurement is aimed at enhancing the existing media management capabilities, which are critical for the NRL's operations and research initiatives. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and is classified under NAICS code 513210. Interested parties may express their capabilities to meet this requirement by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil, referencing Notice of Intent number N0017326Q6922.
    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.
    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.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    SOLE SOURCE - Atomic Force Microscope
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure a sole-source Bruker MultiMode 8-HR atomic force microscope (AFM) system for the United States Naval Academy (USNA) in Annapolis, Maryland. This acquisition aims to enhance advanced research capabilities in high-resolution imaging and quantitative nanoscale characterization, while also supporting midshipmen's educational activities. The selected system will upgrade the existing Bruker MultiMode 8, ensuring compatibility with current equipment and providing proprietary imaging modes essential for non-destructive analysis of various surfaces. Quotes are due by December 16, 2025, and interested parties must be registered in SAM.gov to participate. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.