Procurement of Keysight Technologies Model N7800A Test Management Environment (TME) Software License
ID: PANRSA-25-P-0000-011946Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5200, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the U.S. Army Test, Measurement, and Diagnostic Equipment (TMDE) Activity at Redstone Arsenal, is seeking to procure one (1) Model N7800A Test Management Environment (TME) Calibration Software License. This indefinite software license is crucial for enhancing the efficiency and support of network and signal analyzers within the In-House Calibration Lab of the Army Primary Standards Laboratory. The procurement is part of the Army's efforts to improve calibration processes and maintain operational effectiveness in their testing and diagnostic activities. Interested vendors can reach out to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Shalanda McMurry at shalanda.r.mcmurry.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification and Approval for Other than Full and Open Competition as per FAR Part 6, initiated by the Army Contracting Command-Redstone Arsenal (ACC-RSA). It details a procurement requirement for a Model N7800A Test Management Environment (TME) Calibration Software License intended for use in the Electrical Standard Laboratory of the U.S. Army’s Test, Measurement, and Diagnostic Equipment Activity. This indefinite software license is aimed at enhancing the support capabilities of network and signal analyzers within the In-House Calibration Lab. The request emphasizes the necessity for specialized equipment to boost operational efficiency in U.S. Army calibration processes, which is vital for maintaining the standards of the Army's testing and diagnostic activities.
    The U.S. Army Test, Measurement, and Diagnostic Equipment (TMDE) Activity at Redstone Arsenal requires the procurement of one (1) N7800A Test Management Environment (TME) Calibration Software License. This software license is essential for enhancing the efficiency and support of network and signal analyzers within the In-House Calibration Lab of the Army Primary Standards Laboratory. The delivery address for the software is specified as the Army Primary Standards Laboratories at Redstone Arsenal, directed to personnel Brandon May and Minh Hoang. This procurement aligns with the Army's ongoing efforts to improve calibration processes and ensure operational effectiveness in their laboratories.
    The U.S. Army Contracting Command-Redstone has issued a Request for Information (RFI) to gather market research for a prospective procurement of one Keysight Technologies Model N7800A Test Management Environment (TME) Software License. This software is intended for use in the Electrical Standard Laboratory at the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA) to enhance calibration processes for network/signal analyzers. The RFI serves as a preliminary step for gathering capabilities from potential vendors, emphasizing that it does not signify a formal Request for Proposal (RFP) or guarantee future contracting opportunities. Interested respondents are required to provide company details, including business size, socio-economic status, points of contact, and capability statements, by May 15, 2025. Submissions should be made via email to designated contracting officials. This RFI forms part of the government's effort to explore the marketplace for effective solutions in military standards and equipment calibration, reflecting the ongoing commitment to improve operational support within the Army.
    Similar Opportunities
    V250 AND TMS KIT
    Dept Of Defense
    The Department of Defense, specifically the Army's Prototype Integration Facility (PIF) at Redstone Arsenal, is seeking contractors to provide a Torque Measurement System (TMS) Kit for the Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine. The procurement includes essential components such as TMS modules, spline adapters, plumbing, a calibration kit with weights, and electronics including a signal processor and Rotastat Control, all aimed at supporting Flexible Engine Diagnostics Systems (FEDS). This TMS is critical for evaluating the V250 Dynamometer's capabilities in testing the T408 engine, with deliverables that encompass special rotor considerations, identification of torque measurement equipment, and necessary documentation updates. Interested parties can reach out to Leighton Bragg at LEIGHTON.E.BRAGG.CIV@army.mil or Al Condino at al.j.condino.civ@army.mil for further details.
    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.
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure calibration services through a sole source Firm Fixed Price (FFP) contract with TSI Incorporated. This procurement is aimed at fulfilling an all-or-none requirement for testing laboratories and services, which are critical for maintaining the operational readiness of electrical and electronic equipment components. Interested parties must submit their capability statements electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation. For further inquiries, interested vendors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    Altair Hyperworks Software Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Medical Equipment Calibration
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking qualified small businesses to provide medical equipment calibration services for 75 pieces of medical and dental equipment at the 52nd Troop Command in Bangor, Maine. The contract entails a non-personal service agreement for the inspection, testing, calibration, refurbishment, and maintenance of medical equipment, which is crucial for ensuring operational readiness and compliance with training and mission requirements. The total contract value is estimated at up to $34,000,000, with a performance period from February 23-27, 2026, and quotes must be submitted electronically by January 9, 2026, at 3:00 PM local time. Interested vendors can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    Hydro-Mechanical Unit (HMU) Harness Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and provision of a Hydro-Mechanical Unit (HMU) Harness Tester, identified as LTCT31902-1, to meet specific testing requirements for the HMU part number 2541347. This procurement is crucial for ensuring the reliability and functionality of electrical components used in military applications, particularly in the context of communication and energy systems. Interested vendors should reach out to Ellen Bethea at ellen.r.bethea.civ@army.mil or call 571-588-0957 for further details regarding the solicitation process and requirements.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.