Brand Name Only PCB Piezotronics and Endevco transducers, accelerometers, and accessories
ID: W91ZLK-25-R-0014Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005-3013, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

MEASURING TOOLS, CRAFTSMEN'S (5210)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Aberdeen Test Center, is seeking information for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Brand-Name Only PCB Piezotronics and Endevco transducers, accelerometers, and accessories. This procurement aims to identify suppliers capable of providing these specific items, which are critical for supporting the Army's Live Fire Test and Evaluation mission, ensuring that all products come with a valid Certificate of Calibration traceable to the National Institute of Standards and Technology (NIST). Interested vendors must submit their responses electronically to Contract Specialist Toni M. Foster by April 4, 2025, at 10:00 AM EDT, and should include their company details, capabilities, and whether they qualify as a small or large business. This request is part of market research and does not constitute a solicitation for proposals or a contract award.

Point(s) of Contact
Files
Title
Posted
The Statement of Work outlines the requirements for a follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of Accelerometers and Pressure Transducers from the PCB Piezotronics and Endevco brands. The contract includes both a primary list of commercial-off-the-shelf items, as well as the flexibility for the government to place task orders for new products that may become available during the contract period. All items must be supplied with a valid Certificate of Calibration traceable to the National Institute of Standards and Technology (NIST), supporting the US Army Aberdeen Test Center's Live Fire Test and Evaluation mission. The contract spans one base year and two optional years, starting on September 20, 2025. No government-furnished property is needed, and all shipping costs must be quoted in task order proposals with delivery expected at the Aberdeen Proving Ground, MD. No security clearances or complicated safety protocols are involved, simplifying vendor participation. This document is essential for ensuring the government meets its testing and evaluation needs through reliable instrumentation products.
Lifecycle
Title
Type
Similar Opportunities
TRANSDUCER, PT-01 (
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting offers for the procurement of the TRANSDUCER, PT-01. This contract requires the design, manufacture, and performance of the specified transducer, adhering to strict quality assurance and inspection standards, including compliance with MIL-STD-2073 packaging and ISO 9001 quality systems. The transducer is critical for use in submarines and surface ships, necessitating that all materials be free from mercury contamination. Interested vendors must submit their offers by May 14, 2025, and can direct inquiries to Amy Puchalsky at 717-550-3120 or via email at AMY.PUCHALSKY@DLA.MIL.
Accelerometers, Magnetic Bases, and Cables
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking proposals from small businesses for the procurement of accelerometers, magnetic bases, and associated cables under Solicitation Number FA812625Q0029. The requirement includes forty-eight (48) Wilcoxon Model 726 Compact Accelerometers, along with matching magnetic mounting bases and cables, all of which must meet stringent technical specifications for performance and durability. This procurement is crucial for the operational needs of the 76 Maintenance Squadron Group, emphasizing the importance of high-quality measurement instruments in military applications. Interested vendors must submit their quotes by April 18, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Britt Brown at britt.brown.2@us.af.mil or Anthony Dollard at anthony.dollard@us.af.mil.
Vibration Controller (1)
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is seeking information from potential sources for a Vibration Controller to be utilized at the QE&SA Environmental Test Laboratory. The procurement involves the manufacturing of a 20-channel vibration controller workstation, along with a compatible host computer, which must include hardware, software integration, and calibration services, adhering to NIST standards. This initiative highlights the government's commitment to acquiring advanced technological solutions for environmental testing, ensuring compliance with regulatory requirements. Interested businesses must be registered in SAM and submit their capabilities statement by April 4, 2025, to Mark Bobitka at mark.t.bobitka.civ@army.mil, as this RFI serves solely for market research purposes and is not a solicitation for proposals.
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.
TRANSDUCER
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of pressure transducers and associated shipping services, as outlined in solicitation number SPMYM425Q0362. This procurement aims to acquire various commercial items that are critical for measuring, displaying, and controlling industrial process variables, ensuring compliance with federal acquisition regulations. The RFP emphasizes the importance of small business participation, including set-asides for small, woman-owned, and disadvantaged businesses, while also detailing specifications, delivery obligations, and payment processes through the Wide Area Workflow (WAWF) system. Interested vendors must submit their proposals by April 16, 2025, at 2:30 PM, and can contact Tehani Diaz Zelaya-Rios at Tehani.E.DiazZelayaRios.civ@us.navy.mil or by phone at 808-473-8000 for further information.
Test Equipment Calibration at Letterkenny Army Depot (LEAD)
Buyer not available
The Department of Defense, through the Army Contracting Command at Letterkenny Army Depot (LEAD), is seeking sources capable of providing test equipment calibration services. This opportunity involves the calibration and repair of test equipment in support of the U.S. Army's Test, Measurement, and Diagnostic Equipment (TMDE) needs, adhering to ISO/IEC 17025:2017 standards. The contract is critical for maintaining the operational readiness and accuracy of Army test equipment, with a base period from October 1, 2025, to September 30, 2026, and two optional extensions. Interested vendors must submit their capabilities statements to Megan Smith and Bobie J. Burkett by April 28, 2025, at 1:00 P.M. Eastern Time, and ensure they are registered in the Government System for Award Management (SAM).
TEST SET, RADIO
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a TEST SET, RADIO. This opportunity requires the manufacture and supply of specific radio test sets, adhering to stringent quality and inspection standards, including MIL-STD packaging and government source inspection. The goods are critical for use on submarines and surface ships, emphasizing the need for compliance with safety and contamination regulations, particularly concerning mercury. Interested vendors must submit their quotes electronically to the designated contact, Zabreena L. Dickman, at zabreena.l.dickman.civ@us.navy.mil, ensuring all submissions include necessary certifications and proof of authorized distribution by the original manufacturer. The procurement is structured as a Firm-Fixed Price contract, with specific requirements for pricing, delivery timelines, and compliance documentation.
BRAND NAME – Keysight Equipment
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure specific Keysight equipment under solicitation number N00164-25-Q-0588. The procurement includes various models of Keysight products, such as multifunction switches and calibration units, with a total quantity of 22 items required. This sole source procurement emphasizes Keysight Technologies as the exclusive supplier, aligning with federal regulations that promote small and women-owned businesses in government contracting. Interested vendors must submit their offers via email to Trista Ray by April 22, 2025, at 4:00 PM Eastern Time, and ensure compliance with the Trade Agreements Act (TAA) and registration in the System for Award Management (SAM).
66--TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of transducers for motion applications. This requirement is classified as a sole source procurement, indicating that the government does not possess sufficient data to contract with any source other than the current supplier, necessitating Government Source Approval prior to award. The transducers are critical for measuring and testing electrical signals, which are essential components in various defense systems. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, and any inquiries should be directed to Kate Schalck at 215-697-1020 or via email at kate.n.schalck.civ@us.navy.mil. The procurement process is ongoing, and specific deadlines for proposal submissions will be communicated through the solicitation notice.
Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.