SHOCK DATA RECORDER AND ACCELEROMETERS
ID: MICC-FH-033557Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT HOODFORT HOOD, TX, 76544, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing Shock Data Recorders and Accelerometers as outlined in the Sources Sought Notice MICC-FH-033557. The procurement requires a robust data acquisition system, including the SLICE6 AIR, which must feature a compact housing, a 500g shock rating, a 10,000Hz sample rate, and the capability to measure various parameters such as shock and GPS data, while supporting time synchronization for multiple devices. This equipment is critical for operational testing and data collection in airborne and special operations, ensuring precise measurements under challenging conditions. Interested parties should submit their responses by January 2, 2026, to Krista DuBose or Lucy Bonner via email, providing details about their company, small business status, and relevant experience.

    Point(s) of Contact
    Files
    Title
    Posted
    The announcement MICC-FH-033557 outlines the purchase description and salient characteristics for various components of a data acquisition system. The primary item, SLICE6 AIR, requires a compact housing (2” x 2” x 2” or smaller) with a 500g shock rating, 10,000Hz sample rate, piezoresistive accelerometers, and the ability to measure shock, angular rate, barometric pressure, and GPS data. It must also support time-syncing of at least four DAQs, function standalone, offer real-time streaming, and have NIST calibration traceability. Supporting components include 3-channel sensor cables, 15ft extension cables, triaxial piezoresistive accelerometers (IP67 rated, NIST traceable), DS-4 Racks for simultaneous downloading of four DAQs, and Interface Device Cable Kits for programming, power, and time synchronization. The quantities specified include initial benchstock for replacement parts for several items. This document details the technical requirements for a robust and precise data acquisition and sensing system.
    The U.S. Government, specifically the United States Army Operational Test Command (USAOTC) Airborne and Special Operations Test Directorate (ABNSOTD), has issued a Sources Sought Notice to identify small businesses capable of providing Shock Recorders and Accelerometers. This notice is for information and planning purposes only and does not constitute a solicitation. The anticipated NAICS code is 334519 with a 600-employee size standard. Responses are due by January 2, 2026, at 1300 CST, and should be limited to five pages, including company details, small business status, interest in competing as a prime contractor, past experience, commercial availability information, and recommendations to facilitate small business competition. Interested parties should email responses to Krista DuBose or Lucy Bonner, referencing announcement number MICC-FH-033557.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 67 units of the TRANSDUCER, MOTIONAL (NSN 6695006010486) and an additional 64 units, both to be delivered to DLA Distribution Jacksonville within 165 days after order. These transducers are critical components used in various defense applications, ensuring accurate motion sensing and control. This solicitation is a Total Small Business Set-Aside, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DIBBS website.
    25--SHOCK ABSORBER,DIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 33 units of the NSN 2510015932844 Shock Absorber, Dire, under a Total Small Business Set-Aside. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. The shock absorbers are critical components for vehicular equipment, ensuring operational efficiency and safety in military vehicles. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of motion transducers, specifically NSN 6695006010486, through a Combined Synopsis/Solicitation. The requirement includes two lines: 14 units to be delivered to DLA Distribution Cherry Point within 165 days after order (ADO) and 47 units to be delivered under the same timeline. These transducers are critical components used in various defense applications, ensuring accurate motion sensing and control. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address provided in the solicitation document.
    C-130, C-17 and C-5 Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of Solid State Cockpit Voice Recorders (SSCVR) and Flight Data Recorders (SSFDR) for the C-130, C-17, and C-5 aircraft. The procurement aims to establish a five-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that includes one base period of 12 months and four additional ordering periods, with the intent to negotiate solely with ACRON AVIATION, INC. for these services. This equipment is critical for flight safety and operational integrity, and the official Request for Proposal (RFP) is expected to be issued on February 1, 2026. Interested parties may submit their Statements of Capabilities to the designated contacts, Chiquita Glover-Perkins and Anthony Simmons, via email for consideration in the procurement process.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    25--SHOCK ABSORBER,DIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 132 units of the NSN 2510015932844 Shock Absorber, Dire. This procurement is set aside for small businesses and is classified under the NAICS code 336330, which pertains to Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing. The shock absorbers are critical components for vehicular equipment, ensuring proper vehicle operation and safety. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The delivery is expected within 328 days after order, and the solicitation will be accessible via the DLA's online platform.
    Spotting Instrument
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Transducer Switch A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.
    66--SURGE LIMIT ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Surge Limit Assembly, identified by NSN 7H-6625-014787592, under a presolicitation notice. The procurement involves a total quantity of five units, which will be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. This assembly is critical for electrical and electronic properties measuring and testing instruments, and the government has determined that it is uneconomical to reverse engineer or purchase the data rights for this part. Interested parties should contact Jessica L. Harpel at (215) 697-2995 or via email at JESSICA.L.HARPEL2.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 45 days of this notice to be considered.