Time Tagger
ID: N0017325NOIMR07Type: Special Notice
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

EQUIPMENT AND MATERIALS TESTING- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H259)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Navy's Naval Research Laboratory submitted a justification for using other than full and open competition to procure a Time Tagger X - System & Software from Swabian Instruments, a small business. The estimated cost of the acquisition is between $10,000 and $250,000. The justification is based on the determination that only one source is suitably qualified due to proprietary rights and the necessity for compatibility with the existing tagging system. The required Time Tagger X must meet specific technical specifications to facilitate advanced quantum and dynamical processes research. It is highlighted that no other product can seamlessly integrate with NRL’s existing system or support the simultaneous running of multiple independent experiments. The document contemplates the significant implications for mission capability should this requirement not be solicited from this particular vendor, aligning the acquisition strategy with federal guidelines for sole-source contracts. Overall, the procurement serves to enhance NRL’s research capabilities in quantum optics by upgrading crucial technology under defined urgent conditions.
    The document outlines the technical specifications and requirements for procuring time tagger electronics and software, with a point of contact at the U.S. Navy. Key specifications include a maximum RMS jitter of two picoseconds, a 1.5 nanosecond dead time, and a minimum of four input channels, which must be upgradable to at least 12 without requiring service visits. The time tagger should have a data transfer rate of 80 million tags per second over USB, scalable to 1200 million tags per second using FPGA technology. It must support external clock input, provide fully functional software compatible with Python and LabVIEW, and offer free updates for software and firmware. A three-year warranty is also required. This document represents a formal request for proposals, reflecting the U.S. government's aim to acquire advanced time tagging technology for various applications, ensuring that vendors adhere to stringent performance and support criteria while fostering innovation in electronic systems.
    Lifecycle
    Title
    Type
    Time Tagger
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    N66001-25-Q-6086: Notice of Intent to Sole Source Award to Berkeley Nucleonics Corporation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of analytical laboratory instruments. This opportunity is focused on acquiring specialized equipment that is critical for various defense-related analytical applications, ensuring the Navy's operational capabilities are supported with high-quality instruments. The contract is categorized under NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and PSC code 66, related to Instruments and Laboratory Equipment. Interested parties can reach out to Contract Specialist Zachary T. Pilkington at zachary.t.pilkington.civ@us.navy.mil or by phone at 209-761-7179 for further details.
    KEYSIGHT OSCOPE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking proposals for the procurement of a Keysight Infiniium S Series 6 GHz 4-channel oscilloscope, identified by part number DSOS604A, along with essential accessories and a five-year calibration service. This procurement aims to enhance technical capabilities for precise electronic testing and research, emphasizing the importance of compliance with federal acquisition regulations and support for small business participation. Interested vendors must be authorized resellers and are required to submit their offers by 12:00 PM on February 26, 2025, ensuring delivery within six weeks of contract award. For further inquiries, potential bidders can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.
    DoD STTR 24.D Program BAA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    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.
    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 Wave Form Synthesizers. This procurement aims to fulfill specific contract quality requirements and includes detailed specifications for the design and production of these electronic components, which are critical for various defense applications. The contract is set to be awarded on a firm-fixed-price basis, with an amendment extending the close date to February 28, 2025, and increasing the quantity from 32 to 34 units. Interested vendors should direct inquiries to Heather VanHoy at heather.a.vanhoy.civ@us.navy.mil for further details.
    Portable Range Emitter Monitoring System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC), Corona Division, is seeking contractors to provide a Portable Range Emitter Monitoring System. This procurement requires a system that includes a primary receiver with a frequency range of 1 MHz to 20 GHz, signal recording capabilities, and integrated direction-finding systems, all designed in a ruggedized form for portability. The system is intended to enhance the Navy's monitoring capabilities while ensuring compliance with federal standards, and it must include both handheld and mobile antenna systems, along with a five-year warranty and on-site operational training for up to ten personnel. Interested parties should contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or by phone at 951-393-5689, with delivery expected by May 30, 2025.
    Sole Source to Geometrics for 2 ea. MFAM SUPERMAG-SX SENSOR MODULE LCS100X Magnetometers, As Requested in the Attached Documents.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to procure two MFAM SUPERMAG-SX sensor modules from Geometrics through a sole source contract. This procurement is essential for measuring magnetic field strength and is critical for overseas testing operations, as the requested magnetometers are uniquely compatible with existing software and sensing platforms. The acquisition has been justified as the only viable option due to the specific technical requirements and the lack of alternative suppliers in this niche market. Interested parties can reach out to Jessica Clark at Jessica.D.Clark27.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil for further information regarding this opportunity.
    Wavemeter
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking quotations for a high-precision wavemeter to support quantum computing and optical clock experiments. The wavemeter must meet stringent technical specifications, including an operational wavelength range of 390 nm to 1140 nm, an absolute accuracy of +/-10 MHz, and the capability to handle multiple laser inputs with high measurement rates. This procurement is critical for enhancing research outcomes in advanced scientific fields, ensuring compliance with federal procurement processes. Interested vendors should submit their technical capability and pricing details to Angela Hitt at angela.hitt@nist.gov by the specified deadline, with the contract evaluation based on the Lowest Price Technically Acceptable (LPTA) criteria.