Hp-S-X1H-Scanning Probe Upgrade
ID: N00174-26-SIMACQ-W36-0006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

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

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Hexagon Manufacturing Intelligence, Inc. for the procurement of HP-S-X1H scanning probe upgrade equipment, including installation, functional verification, and user training. This specialized equipment is critical for measuring, displaying, and controlling industrial process variables, which is essential for various defense applications. Interested vendors must respond by January 15, 2026, at 10 AM EST, demonstrating their capability to meet the requirements, and should direct their inquiries to Marjorie Gray at marjorie.m.gray2.civ@us.navy.mil. The contract will be awarded on a firm fixed-price basis, and interested parties must be registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Model 590 Goniometer/Tensiometer
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure two Rame-Hart Instrument Model 590 Goniometer/Tensiometer units along with associated hardware on a Brand Name basis. These advanced automated instruments are essential for research and development on non-metallic materials, enabling various measurements such as contact angle, surface free energy, and interfacial tension using DROPimage Advanced v3.25 software. The instruments must comply with TAA regulations, be manufactured and distributed in the U.S., and be compatible with a 2025 PC. Quotes are due by 12:00 PM EST on January 9, 2026, with delivery required by February 27, 2026, to the Naval Surface Warfare Center in West Bethesda, MD. Interested parties can reach out to Arnel Ngo at arnel.ngo@navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil for further inquiries.
    HP 3D Printer HWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Request for Quotation (RFQ) to provide one year of post-warranty hardware maintenance support for HP Jet Fusion 4200 3D printers and associated equipment. This procurement is critical for ensuring the operational readiness and maintenance of advanced 3D printing capabilities, which are essential for various defense applications. The contract will cover services from March 4, 2026, to March 3, 2027, with proposals due by January 14, 2026, at 12:00 p.m. EST. Interested vendors must contact James Embrey at james.d.embrey3.civ@us.navy.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    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.
    Length Bar Interferometry System and a Gage Block Interferometry System
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of a Length Bar Interferometry System (LBIS) and a Gage Block Interferometry System (GBIS) as part of its Metrology and Calibration Program. These systems are critical for providing traceability to the SI base unit of the meter and for calibrating reference-level length bars and gage blocks in accordance with ASME and ISO standards, ensuring high precision in measurement and calibration processes. The procurement emphasizes strict compliance with detailed specifications regarding system design, performance criteria, and operational conditions, with proposals due electronically by the specified response date. Interested vendors must be registered in SAM and can direct inquiries to Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or by phone at 951-393-5689.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    66--PROBE-LEAD ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure eight units of the Probe-Lead Assembly under a presolicitation notice. This procurement is for a specific National Stock Number (NSN 1H-6625-015390892-X3) and is intended for delivery to designated Defense Logistics Agency distribution centers in Pennsylvania and California. The goods are critical for electrical and electronic properties measuring and testing, and the government intends to negotiate with only one source due to the proprietary nature of the data required for the assembly. Interested parties must express their interest and capability within 45 days of the notice, and all inquiries should be directed to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL.
    66--MAGNETOMETER - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure magnetometers and other replacement parts for repair and modification purposes. The procurement involves a quantity of two units of the specified magnetometer, identified by NSN 7H-6625-015119823-VN, which is critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for alternative sourcing. Interested vendors are encouraged to express their interest and capabilities within 45 days of this notice, with the understanding that the government may choose not to compete this contract based on the responses received. For further inquiries, Heather R. Jones can be contacted at (717) 605-4866 or via email at HEATHER.JONES2@NAVY.MIL.
    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.
    UPGRADE SENSOR ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure engineering services to upgrade ten existing DT-705A sensor assemblies to the Low Noise product baseline. This procurement is critical as the DT-705A sensor assembly is uniquely suited to meet the form, fit, and function requirements of the existing platform infrastructure, and Falmouth Scientific Inc. is the sole source authorized to perform this upgrade due to proprietary rights over the necessary components. The contract is set for a firm fixed price with a performance period from January 16, 2026, to January 15, 2028, and interested parties may submit capability statements or proposals for consideration. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.
    SOLE SOURCE – VXI CARD AND VOLTMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is issuing a sole source justification for the procurement of a VXI card and voltmeter. This equipment is critical for measuring and testing electrical and electronic properties, which are essential for various defense applications. The procurement aims to ensure the availability of specialized instruments that meet the stringent requirements of military operations. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.