2D LDA System for Water Flows- 150 mW Lasers
ID: N0017324Q2339Type: Special Notice
Overview

Buyer

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

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

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

    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a 2D LDA System for Water Flows- 150 mW Lasers from DANTEC DYNAMICS, INC. This system is used for measuring and testing electrical and electronic properties. The procurement will be a Total Small Business Set-Aside and will be performed at Stennis Space Center, MS, USA. Interested parties have 1 calendar days to express their interest and capability to respond to this requirement. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding $250,000. For more information, contact Alvin Williams at alvin.williams@nrl.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
    1355 - 01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 and 7 TORPEDOES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 500 units of the Cable Assembly for the ADCAP F/MK48 Mods 6 and 7 torpedoes. This presolicitation opportunity is set aside for small businesses and involves the delivery of items that require first article testing, production lot testing, and compliance with contractor data requirements, with specific terms for FOB origin and destination. The goods are critical components in naval operations, underscoring their importance in maintaining the effectiveness of torpedo systems. Interested vendors should contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details, as technical data will be available on SAM.gov, and proposals must be submitted within 15 days of this notice.
    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.
    Fiber Optic Measurement System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential vendors capable of providing a Fiber Optic Measurement System (FOMS) to support the Naval Air Systems Command and the Naval Sea Systems Command. The procurement aims to acquire 32 systems that will enhance the capabilities of the Measurement Science and Engineering Department, focusing on the calibration and testing of optical and fiber optic systems, thereby replacing outdated equipment to ensure operational readiness. This initiative is critical for maintaining high standards in military applications, particularly in optical fiber communications, and is part of a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested parties must submit their Capability Statements, including company details and estimated pricing, to Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil by March 13, 2025, referencing Sources Sought Notice N6426725R1008.
    66--FIELD FOX 50GHZ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure nine units of the FIELD FOX 50GHZ, identified by NSN 7G-6625-016533139. This procurement is for supplies that the Government intends to solicit and negotiate with only one source due to the lack of ownership of the necessary data for alternative sourcing, making it uneconomical to reverse engineer the part. The FIELD FOX 50GHZ is crucial for electrical and electronic properties measuring and testing, which plays a significant role in various defense applications. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with contact details for inquiries provided by James E. Lewis at NAVSUP Weapon Systems Support, reachable via email at JAMES.E.LEWIS5@NAVY.MIL.
    Sources Sought for one (1) Free-space measurement system and add-ons
    Buyer not available
    The Department of Defense, specifically the Army Research Laboratory (ARL), is seeking sources for the procurement of one free-space measurement system along with associated add-ons. The requirements include a Focused Beam Base System, measurement software for free space and waveguide applications, an automated control system for specimen handling, and upgrades for measurement capabilities, all aimed at enhancing RF sensing research. This procurement is crucial for advancing measurement technologies in RF sciences, and interested vendors, particularly small businesses in designated categories, are invited to respond to the Sources Sought Notice by March 19, 2025. For further inquiries, potential contractors can contact Stency Steephan or Zachary Dowling via the provided email addresses or phone numbers.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure ten units of a specialized motion transducer, part number 70450-01081-107, from Rosemount Aerospace Inc. This procurement is classified as a sole source acquisition due to the lack of available drawings or data for alternative suppliers, emphasizing the critical nature of this component for defense operations. Interested parties are invited to submit capability statements or proposals within 35 days of this notice, although the government intends to negotiate exclusively with the identified source. For further inquiries, interested vendors can contact Kate N. Schalck at (215) 697-1020 or via email at kate.n.schalck.civ@us.navy.mil.
    Notice of Intent to Sole Source Diagnostics of HSRL-2 GOLD Laser Electronics Unit
    Buyer not available
    NASA's Langley Research Center is seeking to procure diagnostic and repair services for the HSRL-2 GOLD Laser Electronics Unit, with the intention of issuing a sole source contract to Fibertek Inc. The procurement involves labor for diagnosing the laser unit, receiving government-furnished equipment, and providing documentation, culminating in a report detailing the findings and a formal quote for repairs. The GOLD laser is a custom-built, high-power pulsed laser critical for atmospheric ozone profiling, and Fibertek, as the original equipment manufacturer, possesses the unique capabilities required for this specialized service. Interested organizations may submit their qualifications to Michael Devine at michael.p.devine@nasa.gov by March 20, 2025, at 4:30 PM EST for consideration in this acquisition process.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.