Digital Phosphor Oscilloscope System
ID: N0017325QEM02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of the Navy's Naval Research Laboratory (NRL) is seeking to procure a Tektronix 50 GHz digital phosphor oscilloscope system through a combined synopsis and solicitation. This procurement is aimed at enhancing the capabilities of the NRL's Tactical Electronic Warfare Division, requiring brand-new equipment that meets specific compatibility and functionality standards with existing systems. The contract will be awarded based on compliance with technical specifications, supplier risk assessments, and overall cost, with a submission deadline for quotes set for June 17, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and provide documentation confirming their status as authorized dealers for Tektronix, with inquiries directed to Rick Savelli at rick.n.savelli.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Research Laboratory (NRL) seeks to procure a Tektronix 50 GHz digital phosphor oscilloscope system through a brand name justification, as allowed under 41 U.S.C. 1901 and FAR 13.5. This request for an exception to full and open competition is based on unique compatibility requirements with existing systems developed by the NRL's Tactical Electronic Warfare Division. The system's specific components include two oscilloscope units, an extended warranty, and synchronization cables, necessary for functionality within existing test environments. Market research reaffirmed that no alternative brand met the same specifications, as other equipment would necessitate costly software modifications and synchronize issues, estimated to incur an additional $240,000. Importantly, sales discussions indicate only one distributor, Technical Communities (TestMart), is authorized to provide this specialized equipment via GSA, further justifying the non-competitive procurement. This action aligns with the NRL's operational needs and budgetary allocations outlined in the FY25 Capital Investment Program, emphasizing the importance of maintaining system integrity and operational efficiency.
    The document is a combined synopsis and solicitation (N0017325QEM02) for the procurement of a Tektronix digital phosphor oscilloscope system by the Naval Research Laboratory (NRL). Interested vendors are invited to submit quotes by June 17, 2025. This procurement is specified to be for brand-new equipment only, with a requirement for vendors to provide documentation confirming their status as authorized dealers or distributors for the OEM, Tektronix, Inc. The solicitation outlines several items needed, including oscilloscope units, warranty options, synchronization cables, and provisions for shipping. A firm fixed-price contract will be awarded based on compliance with technical specifications, supplier risk assessments, and overall cost, with a preference for quality over price in initial evaluations. Vendors must ensure they are registered in the System for Award Management (SAM) and must submit their representations and certifications. The document emphasizes the importance of compliance, with specific evaluation criteria such as adherence to technical specifications and the supplier's past performance. Through this procurement, the NRL aims to enhance its electronic warfare division's capabilities while ensuring commitments to safety and service standards.
    The RFQ N0017325QEM02 Q&A document addresses inquiries related to a solicitation for new services. The primary purpose of the document is to clarify that this is indeed a new requirement and not a continuation of any previous contract, as indicated in the response to the question about whether there was an incumbent service provider. It emphasizes that any changes to the terms of the solicitation will be distinctly noted, reinforcing the importance of adhering strictly to the stipulations as presented. This serves to maintain the integrity of the solicitation process and ensure that all potential bidders understand the current contract status and requirements fully. The document highlights procedural transparency in government contracting, ensuring that all interested parties are equally informed about the nature of the solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    66--WAVE FORM SYNTHESIZ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Wave Form Synthesizer. This procurement requires adherence to specific contract quality requirements and standards, including ISO9001, and involves the delivery of items identified by designated Cage Codes. The Wave Form Synthesizer is critical for various defense applications, ensuring the reliability and performance of electronic systems. Interested vendors must submit their proposals via NECO or email to the primary contact, Logan Mann, at LOGAN.W.MANN.CIV@US.NAVY.MIL, with further details outlined in the solicitation documents. The contract type is firm-fixed-price, and the timeline for delivery is specified within the solicitation.
    59--WAVEFORM GENERATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 75 units of a waveform generator, identified by NSN 0O-5998-LLH7F2388, from Lockheed Martin Corp. This procurement is governed by specific source control requirements, indicating that the part must be acquired from the approved source due to the lack of available technical data or manufacturing knowledge for alternative sources. The contract is set to be negotiated with only one source under FAR 6.302-1, and interested parties have 45 days to express their interest or submit proposals, with the primary contact for inquiries being James Fleniken at (614) 693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
    OSCILLATOR,PULSE DE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the OSCILLATOR, PULSE DE, through NAVSUP Weapon Systems Support Mechanic. The procurement aims to establish a contract for the repair of oscillators, which are critical components in various electronic systems, with a required Repair Turnaround Time (RTAT) of 365 days. This opportunity emphasizes the importance of timely and quality repairs to maintain operational readiness and support national defense initiatives. Interested contractors should submit their quotes, including pricing and RTAT, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    Calibration Kit Radio Frequency
    Buyer not available
    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).
    Signal Studios License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a "Signal Studio for MESG" along with a 12-month "Transportable KeysightCare software support subscription." This procurement is a Total Small Business Set-Aside and aims to acquire specialized software and support services essential for measuring and testing electrical signals. Interested vendors must provide brand name or equivalent items, ensuring compliance with OEM warranty and service requirements, with all submissions due via email to Elizabeth Harley by the specified deadline. For further inquiries, vendors can reach out to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil or by phone at 202-923-1249.
    66--TEST SET,ELECTRONIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 128 units of an electronic test set, identified by NSN 6625012518705. This solicitation is part of a combined synopsis/solicitation process, and the approved sources for this procurement include specific manufacturers, ensuring that the products meet the required specifications. The electronic test set is crucial for various defense applications, supporting the maintenance and operation of military equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with the deadline for submissions set at 299 days after the award date.
    Brand Name Requirement for Renesas Electronics Beamformer Chips and Amplifiers
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking to procure brand name Renesas Electronics beamformer chips and amplifiers through a Combined Synopsis/Solicitation. Vendors must provide all items and quantities specified in the attached RFQ document, as partial submissions will not be considered. These components are critical for advanced electronic applications within defense systems. Interested parties must submit their quotes via the Procurement Integrated Enterprise Environment (PIEE) by 10 December 2025 at 12:00 PM Pacific Time, and all inquiries should be directed to Trinity Anglo at trinity.l.anglo.civ@us.navy.mil, referencing RFQ N66001-26-Q-6022.
    16--RECEIVER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical receiver, identified by NSN 1R-1680-LLF02N672-P8 and reference number 147A6156-20, with a quantity of one unit required for delivery FOB origin. This procurement is unique as it necessitates Government source approval prior to contract award due to the lack of sufficient technical data for open competition, meaning only previously approved sources will be solicited. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures to demonstrate their capability to produce the item, with proposals due within 45 days of this notice. For further inquiries, interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.