One (1) each Measurement Machine
ID: W911QX-25-Q-A014Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for the procurement of one measurement machine and associated training for the U.S. Army Research Laboratory. The solicitation number is W911QX-25-Q-A014, and it is not set aside for small businesses. Proposals are due five business days after posting, with a focus on negotiating with a single source, Zoller Inc. Delivery is required 22 weeks after contract award to the designated location in Aberdeen Proving Ground, MD. The solicitation includes standard provisions and clauses, adhering to FAR guidelines and DFARS requirements related to government contracting. Additionally, various clauses concerning federal transaction regulations, equal opportunity, and contractor responsibilities are specified. The primary purpose of the document is to solicit offers for the specified equipment and training while outlining the terms and conditions applicable to the contract award process.
    The document outlines a sole source procurement justification for acquiring one measurement machine from Zoller Inc. for the Army Research Laboratory (ARL). The procurement is justified under the statutory authority 41 USC 1901(e), citing that only Zoller can meet the government's minimum requirements due to the necessity for compatibility with existing systems and experimental continuity. The ARL aims to enhance its small caliber research, metrology, and manufacturing efforts by procuring a measurement machine identical to one already in operation at a partner facility, facilitating effective data sharing and technique transfer without incurring additional training costs. Market research confirms Zoller Inc. as the only viable supplier, with no authorized resellers available. The anticipated price is deemed fair and reasonable, further justifying the decision to proceed with this sole source acquisition as it aligns with the government’s best interests and budget considerations.
    This document outlines provisions related to restrictions on contracting with entities using covered telecommunications and video surveillance equipment, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that federal agencies cannot contract with any entity that employs covered telecommunications products, defined mainly as those from manufacturers like Huawei and ZTE, or any services utilizing such equipment. Offerors must represent whether they provide or use such equipment, necessitating thorough inquiries into their supply chains. The document also emphasizes compliance procedures, including reporting requirements if covered equipment is identified during contract performance. It addresses the unique identification and valuation of delivered items, mandating specific tracking and reporting protocols to ensure traceability and adherence to government standards. Furthermore, the payment and invoicing processes for contractors are detailed, including the use of the Wide Area Workflow (WAWF) system. Overall, this document aims to bolster national security by preventing reliance on potentially compromised telecommunications systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    34--DRILLING MACHINE,UP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two drilling machines under solicitation number NSN 3413013154541. The requirement includes the delivery of these machines within 167 days after order, with approved sources being specified in the solicitation. These drilling machines are critical for metalworking applications and support various defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    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.
    SOLE SOURCE – Mastersizer 3000 laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Mastersizer 3000 laser through a sole source justification. This procurement is focused on acquiring a chemical analysis instrument that is critical for various defense-related applications. The Mastersizer 3000 is essential for precise particle size analysis, which plays a significant role in material characterization and quality control processes. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center outfitted with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or equivalent 6-Axis Universal Floor Type Milling Center with active dampening system equivalent to the DAS+.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify vendors capable of supplying a Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center equipped with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or an equivalent system. This procurement includes not only the milling center but also comprehensive turnkey services such as installation, removal of existing equipment, foundation work, shipping, tooling, training, and technical documentation. The equipment will be utilized at the Fleet Readiness Center-EAST in Cherry Point, North Carolina, highlighting its significance in supporting military readiness and operational capabilities. Interested parties are encouraged to submit their capabilities by emailing avnipemarketresearch@dla.mil, with responses due by the closing date of the SAM.gov posting, as this is a sources sought notice and not a formal solicitation.
    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 –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – ZEISS ULTRA PLUS SCANNING ELECTRON MICROSCOPE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure a Zeiss Ultra Plus Scanning Electron Microscope through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding essential laboratory equipment, which plays a critical role in various defense-related research and development activities. The performance of this contract will take place in Crane, Indiana, with the primary contact for inquiries being Shauna Pegg, who can be reached at shauna.m.pegg.civ@us.navy.mil. Further details regarding funding amounts and deadlines are not specified in the available documentation.
    24-13-1027 CNC UNIVERSAL MILLING MACHINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one DMC 270 FD Portal Series CNC Universal Milling Machine, as outlined in solicitation SPE4A8-25-R-0008. The updated requirements include significant enhancements such as an upgraded Siemens Sinumerik One CNC controller, increased spindle power from 40 horsepower to 56 horsepower, and the addition of safety features including grating and support structures in compliance with OSHA standards. This machine is critical for various manufacturing processes, including milling, turning, and profile grinding, and the contract is expected to be awarded following the extended closing date of December 23, 2025. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil.
    Intent to Sole Source - Prototrak 1845RX CNC Lathe
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of a Prototrak 1845RX CNC Lathe for the Air Force Institute of Technology (AFIT) located at Wright-Patterson AFB, Ohio. The lathe must meet specific technical requirements, including an 18-inch swing over bed, a 10 HP spindle motor, and a Prototrak RLX touchscreen controller, along with necessary accessories and a two-year warranty. This equipment is crucial for enhancing the capabilities of AFIT in machining operations, and the contract will be awarded to Charles Jones Machinery Inc., the only known source capable of fulfilling these requirements. Interested parties may submit capability statements or inquiries to Bryson Pennie and Linh Jameson via email by 12:00 pm Local Time on December 18, 2025, to be considered for any potential competitive procurement.