Notice of Intent to Sole Source Development of Custom Research-grade X-band Radar System
ID: W912HZ25Q160EType: Presolicitation
AwardedAug 26, 2025
Award #:W912HZ25C0045
Overview

Buyer

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

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), intends to award a sole source contract for the development of a custom research-grade X-band radar system to Oregon State University. This radar system is essential for advancing fundamental science in radar signal processing, particularly in resolving surfzone waves, sand bars, and currents, which existing commercial radar systems cannot achieve. The unique capabilities of Oregon State University in developing and deploying surfzone radar systems, demonstrated through extensive field campaigns and academic publications, make them the only viable source for this requirement. Interested parties who believe they can fulfill this requirement are encouraged to submit a capability statement by contacting Rhoda Lewis at rhoda.a.lewis@usace.army.mil, with responses due by the specified deadline.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Radar Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small business vendors to establish Blanket Purchase Agreements (BPAs) for radar equipment, specifically under the NAICS code 334511. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and required documentation by March 11, 2026, to be considered for inclusion in the BPA program, which will operate under simplified acquisition procedures with a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Future X-Band Radar Development and LRIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is soliciting proposals for the Future X-Band Radar (FXR) Development and Low Rate Initial Production (LRIP) under Solicitation N00024-26-R-5502. This procurement aims to develop advanced radar systems for use in various defense applications, emphasizing the importance of search, detection, navigation, and guidance technologies. Interested offerors must note that the Request for Proposal (RFP) and associated documents are not available on SAM.gov and must contact the designated points of contact, Jay Patel and Alexander Gosnell, for access to the competitive RFP and Bidder's Library. The deadline to request access to the Bidder's Library and submit questions is 1500 EST on January 16, 2026.
    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.
    USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a firm-fixed-price single source contract to Bruker Biospin Corp for the acquisition of an X-Band Microwave Resonator. This specialized equipment is designed for electron paramagnetic resonance (EPR) and electron nuclear double resonance (ENDOR) microwave spectroscopy, with specific requirements including a resonant frequency of approximately 9.8 GHz and the capability to operate at cryogenic temperatures. The procurement is critical for advancing research in microwave spectroscopy, and interested parties are advised that this notice is not a solicitation for bids or proposals; however, they may submit documentation of their capabilities to the primary contact, John Perry, via email by August 18, 2025, at 10:00 MDT.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    Repair of NIIN 016691341 / NOMEN: RECEIVER-TRANSMITTER,RADAR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole-source contract for the repair of a Receiver-Transmitter, Radar (NSN 016691341) from Lockheed Martin Corp, the Original Equipment Manufacturer (OEM). The procurement involves the purchase of one unit, and due to the proprietary nature of the item, no drawings or data are available for alternative sourcing; thus, only Lockheed Martin is recognized as a responsible source for this requirement. Interested parties may submit capability statements or proposals within 35 days of this notice, although the government does not anticipate a competitive procurement process. For further inquiries, interested organizations can contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil.
    Repair of NIIN 016504230 / NOMEN: RDP
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole-source contract for the repair of the RDP (NSN 016504230) from Lockheed Martin Corp, the Original Equipment Manufacturer (OEM). The procurement involves the purchase of one unit of the specified radar equipment, which is critical for airborne applications, and no alternative sources are available due to the lack of drawings or data owned by the government. Interested parties have 35 days from the notice to submit capability statements or proposals for consideration, although the government plans to award the contract to Lockheed Martin, as they are the only approved source for this material. For further inquiries, interested organizations can contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil.
    Intent to Award Sole Source - LabSat 4
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for the procurement of a LabSat 4 Global Navigation Satellite System (GNSS) Radio Frequency Record and Replay System, along with necessary accessories, at Wright-Patterson AFB in Ohio. This acquisition is critical for the GNSS Trust Validation System project, as the LabSat 4 is the only system that meets all technical requirements and is compatible with existing assets, thereby minimizing training and upgrade needs. The contract will be awarded to Racelogic USA Corp, the sole manufacturer and distributor of the LabSat 4, following a determination that no competitive proposals will be solicited. Interested parties may submit responses or inquiries to Mike Hornberger at michael.hornberger.1@us.af.mil by December 24, 2025, at 9:00 AM Eastern Time.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.