INTENT TO SOLICIT ONLY ONE SOURCE – One (1) Free-space measurement system and add-ons
ID: W911QX-25-Q-0083Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Army Research Laboratory (ARL), intends to solicit a single source for the procurement of one Free-space measurement system and associated add-ons. The requirements include a Focused Beam Base System, measurement software for free space and waveguide applications, an automated control system for specimen handling, and upgrades for measurement capabilities, all aimed at enhancing RF sensing research. This procurement is crucial for advancing the ARL's capabilities in radio frequency sciences, with a contract type designated as Firm Fixed Price (FFP) and inspections to occur at the Adelphi Laboratory Center in Maryland. Interested vendors should direct inquiries to Stency Steephan or Zachary Dowling via the provided contact information, with proposals due five days after posting, specifically by September 15, 2025.

Files
Title
Posted
The document outlines a solicitation for a free-space measurement system and related add-ons, identified by solicitation number W911QX-25-Q-0083. This Request for Quotation (RFQ) is issued under NAICS Code 334511, with a small business size standard of 1,350 employees. Proposals are due five days post-posting, submitted via email, with delivery mandated to the Adelphi Laboratory Center by September 15, 2025. The entire solicitation follows FAR Subpart 12.6, with specific instructions regarding offeror representations and contract terms. Each offer must include the business size related to the NAICS code and any pertinent socioeconomic categories. Key clauses applicable to this acquisition include FAR clauses relating to payment, labor, equal opportunity, and restrictions on certain entities. Important to note, proposals must comply with the Defense Priorities and Allocations System (DPAS), although this acquisition is rated as N/A. Overall, the document serves to seek competitive quotes for a specialized piece of laboratory equipment while detailing compliance and procedural requirements for potential contractors.
Apr 11, 2025, 3:13 PM UTC
The document outlines the provisions and clauses related to a governmental solicitation for supplies or services, indicating that the government intends to contract with Compass Technologies Group LLC exclusively. The contract type is specified as a Firm Fixed Price (FFP), with inspections and acceptance taking place at the Adelphi Laboratory Center. Additionally, it details payment instructions, including a mandatory payment term of net thirty days and requirements for unique item identification for delivered items. Moreover, the document addresses compliance with telecommunications regulations, prohibiting contractors from using covered telecommunications equipment or services from specified entities, as mandated by the John S. McCain National Defense Authorization Act. Instructions on reporting requirements and handling proposals with exceptions are also included, emphasizing the importance of maintaining clear communications during the contract process amid transitioning contract writing systems. The document serves to ensure compliance, proper contract management, and awareness of federal regulations among potential bidders in the context of federal grants and RFPs.
Apr 11, 2025, 3:13 PM UTC
The Army Research Laboratory (ARL) is seeking proposals for the procurement of specialized equipment and software related to antennas and radio frequency (RF) sensing. Specifically, the request includes one Focused Beam Base System, measurement software for free space and waveguide applications, an automated control system for specimen handling, upgrades for backscatter and bistatic measurement capabilities, and a Table-Top Free-Space Measurement System. The essential features required for the Focused Beam Base System include high-frequency capabilities, ultra-wideband antennas, and stabilization hardware. Additionally, the software should facilitate the conversion of measured RF parameters into complex material properties. The proposal also stipulates the necessity of on-site installation and training services for two days to ensure proper integration and functionality. This RFP underscores the ARL's aim to enhance its research capabilities through modern measurement technologies and methodologies, contributing to advancements in RF sciences.
Mar 12, 2025, 3:06 PM UTC
The document is a Sources Sought Notice issued by the government to gauge industry interest in supplying a free-space measurement system and associated add-ons. Its primary objective is to identify potential contractors, particularly focusing on small businesses including those in various designated categories such as 8(a), HUBZone, and SDVOSB. Responses are solicited to assess the capabilities and qualifications of interested parties, with the understanding that this notice does not constitute a formal solicitation or guarantee of contract award. Interested vendors are required to provide specific information about their business size, qualifications, and past performance in relation to the requirements outlined. The deadline for responses is set for 19 March 2025, with all submissions directed to the designated Contract Specialist via email. The estimated delivery timeframe for awarded contracts is 21 weeks post-award, and performance location is specified as Adelphi, Maryland. This notice allows the government to ensure competitive procurement processes while encouraging diverse business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Sources Sought for One (1) Laser Glass Processing System
Buyer not available
The Department of Defense, through the U.S. Army Research Laboratory, is seeking sources for a laser glass processing system that meets specific technical requirements. This system must incorporate dual heat sources, including an integrated carbon dioxide (CO₂) laser and resistive fusion filament technology, along with features such as high-resolution imaging for fiber alignment and capabilities for soft glass splicing and tapering. This procurement is part of the Army's initiative to enhance its laser materials processing capabilities for military applications, emphasizing the importance of advanced technology in defense operations. Interested parties, particularly small businesses, are encouraged to respond by April 24, 2025, with submissions directed to Contract Specialist Benjamin Krein at benjamin.l.krein.civ@army.mil, with an estimated delivery timeframe set for September 2025.
Munition Test Fragmentation Measurement Equipment
Buyer not available
The Department of Defense, specifically the Department of the Army's CCDC Armaments Center, is seeking information from contractors regarding the development of Munition Test Fragmentation Measurement Equipment. The objective is to identify advanced measurement technologies, including active Radiofrequency (RF) and Radar systems, that can enhance the fidelity and efficiency of testing munitions and ordnance, ultimately aiming to reduce costs associated with ordnance development testing for U.S. and allied forces. Interested parties are encouraged to submit a white paper detailing their capabilities, including technology maturity, performance expectations, and cost estimates, with responses due to Andre Aklian and Jermaine Dunham via email. This announcement serves as a sources sought notice and does not constitute a formal solicitation or contract award.
CRD Reflectometer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
RFI - Fiber Optics Test Kit
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) to identify potential vendors capable of supplying a Fiber Optic Test Kit that meets specified minimum requirements. This procurement aims to acquire a portable testing set designed for tier 1 fiber certification, which must include features such as the ability to test both multimode and single-mode fibers, a rapid testing speed, and compliance with telecommunications standards. The RFI serves as a preliminary step to assess market capabilities and does not guarantee future procurement; interested vendors are encouraged to submit their capabilities by April 23, 2025, and may direct inquiries to the primary contact, Melissa Hoffman, at melissa.hoffman4.civ@mail.mil or by phone at 570-615-8742.
Procurement of Multiple Fluke Units
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking to procure specialized metrology equipment for the Army’s Primary Standards Laboratory located at Redstone Arsenal, Alabama. The procurement includes two Model 9114-256 Metrology Furnaces, one Model 9117-256 Annealing Furnace, one Model 7381-26 Deep-Well Compact Bath, and one 2019-DCB Liquid-in-Glass Thermometer Calibration Kit or equivalent, which are essential for maintaining and upgrading the Army's testing and measurement capabilities. This initiative is part of a systematic approach to enhance the U.S. Army's metrology and diagnostic equipment infrastructure. Interested parties are encouraged to respond to the Request for Information by April 30, 2025, and should direct their submissions to the designated contacts, Taylor Siskoff and Portia Sampson, via the provided email addresses.
Leica AT960 Absolute Tracker Package with T-Probe & Leica TM6100A Theodolite Package
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking potential sources for the procurement of specialized optical equipment, specifically the Leica AT960 Absolute Tracker and Leica TM6100A Theodolite packages, for use in their Flight Optics Test Evaluation and Characterization (FOTEC) lab. This equipment is crucial for the calibration, alignment, and characterization of sensitive space flight optics, ensuring precision performance in a cleanroom environment. The procurement emphasizes compatibility with the Spatial Analyzer software and includes requirements such as a minimum 12-month warranty, timely delivery by June 30, 2025, and adherence to strict cleanroom standards. Interested vendors should contact Daniel St. Denis at daniel.l.stdenis.civ@us.navy.mil or call 202-748-0819 to discuss their capabilities and submit relevant information.
Fiber Beam Expanders (MOT Collimators)
Buyer not available
The Department of Defense, through the Department of the Navy, is seeking quotations for the procurement of 13 Fiber Beam Expanders (MOT Collimators) to support the United States Naval Observatory (USNO). This solicitation aims to enhance the observatory's precision timekeeping capabilities, which are critical for national defense and scientific advancement. Interested vendors must respond electronically by April 29, 2025, at 9:00 AM EST, and ensure compliance with federal contracting regulations, including registration in the System for Award Management (SAM). For inquiries, vendors can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.s.witz.civ@us.navy.mil, with questions due by April 25, 2025.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
Faro Laser Trackers
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, intends to procure Faro Laser Trackers and related equipment on a sole source basis from Faro Technologies, Inc. This procurement is critical for the measurement and control applications within the Navy, as Faro Laser Trackers are essential tools for precision measurement in various defense-related projects. Interested parties should direct any inquiries to Rachel Piecyk at rachel.m.piecyk.civ@us.navy.mil, as phone calls will not be accepted. The contract action is being solicited under FAR 13.106(b), indicating that only one source will be considered for this procurement.
Time Tagger
Buyer not available
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.