NOTICE OF INTENT TO SOLE SOURCE -- Qty one (1) LUNA OdiSI 7100 series multi-channel high-definition strain and temperature sensor, and other ancillary pieces of equipment.
ID: W911QX-24-Q-0071Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    NOTICE OF INTENT TO SOLE SOURCE -- The Department of Defense, specifically the Department of the Army, is seeking to procure a LUNA OdiSI 7100 series multi-channel high-definition strain and temperature sensor, along with other ancillary pieces of equipment. This laboratory equipment is typically used for distributed sensing and monitoring of strain and temperature in various applications. The procurement includes specific quantities of instruments, remote modules, standoff cables, and sensors. The place of performance for this procurement is Adelphi, MD, USA. For more information, please contact Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.

    Point(s) of Contact
    Similar Opportunities
    Notice of Intent to Sole Source- MIRA 6000
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Germann Instruments for the procurement of a MIRA 6000 device, which is essential for airfield and pavement research. This specialized ultrasound tomographer technology is critical for evaluating rural airfield pavements by determining in-situ pavement structural profiles, layer thickness, and structural capacity, which are vital for maintaining airfield safety and functionality. The MIRA 6000 is uniquely suited for this purpose, as alternative testing methods are not acceptable, and Germann Instruments is the only vendor capable of meeting the government's specific requirements. Interested parties may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil by 1:00 PM CST on May 16, 2025, for consideration in determining whether to conduct a competitive procurement.
    One (1) each Measurement Machine
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of one measurement machine, which is critical for enhancing research and manufacturing capabilities at the Army Research Laboratory. The machine must be sourced from Zoller Inc., as it is the only supplier capable of meeting the government's specific compatibility and operational requirements, ensuring continuity in experimental processes. This sole source acquisition is justified under statutory authority due to the necessity for alignment with existing systems, and the anticipated delivery timeline is 22 weeks post-contract award to Aberdeen Proving Ground, Maryland. Interested vendors should direct inquiries to William Nuamah at william.nuamah.civ@army.mil or call 520-672-9609, with proposals due five business days after the posting of the solicitation.
    Notice of Intent - Sole Source - Sensor Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure sole-source repair and refurbishment services for an ITC 8292 High Frequency Line Array (HFLA) acoustic sensor from Gavial Engineering & Manufacturing, Inc. The procurement involves replacing degraded printed circuit boards (PCBs) and conducting acoustic testing post-installation to ensure operational efficiency of critical naval equipment. This initiative underscores the necessity of maintaining compatibility with existing measurement systems, as alternative sourcing would require significant modifications. Interested parties must submit their capabilities statements, including pricing and contact information, by May 20, 2025, with all inquiries directed to Steven Besanko at steven.besanko@navy.mil.
    InGas Sensor
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for an InGas Sensor to Axioma Optics, Inc., located in Somerville, MD. This procurement is being conducted under Simplified Acquisition Procedures, as the requirement is expected to be below the $250,000 threshold, and only one responsible source is deemed capable of fulfilling the agency's needs. The InGas Sensor is critical for optical instruments and test equipment, falling under the NAICS code 423490 and PSC code 6650, which are essential for various defense applications. Interested parties have three calendar days from the notice publication to express their interest and capability, with inquiries directed to Natalie Waugh at natalie.f.waugh.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-0019.
    66--TRANSDUCER,PRESSURE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 85 units of a pressure transducer, specifically NSN 7H-6685-016009937, from Electric Boat Corporation, the approved source of supply. This procurement is critical for measuring and controlling pressure, temperature, and humidity, which are essential functions in various defense applications. The government intends to negotiate with only one source under FAR 6.302-1, and interested parties may submit their capability statements within 45 days of this notice. For further inquiries, interested vendors can contact Jennifer Elliott at JENNIFER.ELLIOTT@DLA.MIL.
    Notice of Intent to Sole Source - packing and relocation of Agilent equipment
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source contract to Agilent Technologies Inc. for the packing, transportation, and reinstallation of Agilent Spectrometers from Lackland Air Force Base to the Armed Forces Medical Examiner System at Dover Air Force Base. This procurement is critical to ensure the equipment's performance, calibration, and functionality are maintained, as Agilent Technologies is the Original Equipment Manufacturer and the only vendor capable of providing the necessary services without compromising existing warranties. Interested parties are invited to submit capability statements, including technical data and cost estimates, by 1:00 P.M. EST on April 15, 2025, to Jeffrey Sprecher at jeffrey.b.sprecher.civ@health.mil, as no competitive proposals will be solicited for this requirement.
    EVOM TEER Measurement System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is planning to award a sole source contract to World Precision Instruments, LLC for the procurement of two Epithelial Voltohmmeter (EVOM) Auto V3 systems, which are critical for Transepithelial Electrical Resistance (TEER) measurement in cellular activity research. This specialized equipment is essential for real-time measurement using a 24-well plate format and includes installation, training, and a two-year warranty. The urgency of the research activities at the U.S. Army Medical Research Institute of Infectious Diseases necessitates this procurement, as alternative vendors would cause unacceptable delays. Interested entities that believe they can meet the specifications are invited to submit evidence of their capability by May 24, 2025, at 12:00 PM Eastern Time, with inquiries directed to Lindsey Arthur at lindsey.b.arthur2.civ@health.mil.
    N66001-25-Q-6193: Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Berkeley Nucleonics Corporation for the procurement of 16 rugged gamma scintillation detectors manufactured by Scionix Holland B.V. These detectors, essential for analytical laboratory applications, feature a 51 x 102 x 152 mm Csl(Na) scintillation crystal, which is critical for various defense-related analytical tasks. Interested vendors capable of fulfilling this requirement are encouraged to submit their capability statements or inquiries via email to Contract Specialist Dane J. Black at dane.j.black.civ@us.navy.mil by April 29, 2025, at 12 PM Pacific Time. All responding vendors must be registered in the System for Award Management (SAM) to be considered.
    MONARCH 2U RACKMOUNT SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the MONARCH 2U Rackmount System to 3Db Labs, Inc. This procurement includes software support and maintenance for the SCEPTRE and SCEPTRE-OFFLINE-ITAR systems, which are critical for the agency's operational capabilities. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have 14 calendar days from the notice publication to express their interest and capability. For inquiries, contact Andrea Graves at andrea.l.graves6.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-5621.
    66--TRANSDUCER,MOTIONAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure three units of a motion transducer, identified by NSN 7H-6695-010903706. This procurement is intended for supplies or services that will be solicited and negotiated with a single source under FAR 6.302-1, emphasizing the specialized nature of the required items. The motion transducer plays a critical role in various defense applications, ensuring operational efficiency and reliability. Interested parties are encouraged to express their interest and capability to respond within 45 days of this notice, with proposals being considered for competitive procurement at the Government's discretion. For further inquiries, contact Zachary R. Morrill at (717) 605-1552 or via email at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL.