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
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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 Notice for Continuous Wave Parametric Oscillator (CW OPO) Laser System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information regarding a Continuous Wave Parametric Oscillator (CW OPO) Laser System to fulfill specific technical requirements. The desired system must include a pump laser, signal and idler laser outputs with defined tunable ranges and power, control electronics compatible with U.S. power and Windows PCs, as well as a high-accuracy wavelength meter and stabilization controls. This procurement is crucial for advancing analytical laboratory capabilities, and interested vendors are encouraged to submit their company details, equipment specifications, and service offerings by email to Forest Crumpler at forest.crumpler@nist.gov by October 31, 2022. This notice serves as market research and does not constitute a solicitation or commitment to award a contract.
    Calibration Kit Radio Frequency
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    SOLE SOURCE - REQUEST FOR INFORMATION/SOURCES SOUGHT Tri-Beam Emission and Receiver Laser Transmitter (TBEAR), Power Supply Control Unit Spares and Auxiliary Equipment in Support of the Multispectral Targeting System – FSC 5855 – NAICS 334511
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from potential sources regarding the procurement of 43 units of the Tri-Beam Emission and Receiver Laser Transmitter (TBEAR) and associated equipment, including a Power Supply Control Unit and cable assemblies. This request for information (RFI) is part of market research aimed at supporting the Multi-Spectral Targeting Systems (MTS-A and MTS-B), with the intention to issue a sole source proposal to Northrup Grumman Systems Corporation due to the lack of a sufficient technical data package and the potential for duplicative costs. Interested parties are encouraged to submit their capabilities, budgetary estimates, and lead times by December 25, 2025, to Lynn Masterson-Brinegar at lynn.m.masterson-brinegar.civ@us.navy.mil, with the understanding that no funding is currently available for this effort and responses will not be reimbursed.
    RF OUTPUT ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the RF Output Assembly, a critical component in communications equipment manufacturing. This procurement requires adherence to specific quality standards, including ISO9001, and emphasizes the importance of item unique identification and valuation, as well as compliance with various inspection and acceptance protocols. The RF Output Assembly is vital for ensuring reliable communication systems within military operations. Interested vendors should submit their quotes by December 16, 2025, and can direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL for further details.
    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.
    Eyesafe Laser Rangefinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for a five-year Firm-Fixed-Price contract to supply Eyesafe Laser Rangefinders (NSN: 1240-01-716-4166, Part Number: 13083232) from approved manufacturers such as Northrop Grumman and Hensoldt Optronics. The contract will require a minimum delivery of 36 units and a maximum of 960 units over the contract period, emphasizing the importance of these devices for military applications in navigation and targeting. Interested offerors must submit their proposals electronically by December 24, 2025, and should contact Muhammad Kah at Muhammad.kah@dla.mil or 586-467-1203 for further information regarding the solicitation and requirements.
    SPERONI MAGIS 600 N6449826Q5019
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.
    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.