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
    Thorlabs Infrared Spectrum Analyzer
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Thorlabs Inc. for the procurement of a Thorlabs Infrared Spectrum Analyzer. This specialized analytical laboratory instrument is critical for the NRL's research and development efforts, and the purchase will be made under Simplified Acquisition Procedures, adhering to FAR Part 13.106-1(b) for transactions not exceeding $250,000. Interested parties may express their capability to fulfill this requirement, but the government retains discretion over whether to pursue competitive procurement based on the responses received. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301265113.
    Praevium Wafer Bonded 8um Detectors
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Praevium Research Inc. for the procurement of Praevium Wafer Bonded 8um Detectors. This procurement is essential for fulfilling specific agency requirements that can only be met by the designated supplier, as no other sources are deemed capable of providing the necessary goods. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are invited to express their capabilities by referencing Notice of Intent number N00173-26-Q-1301264828 in their correspondence. For further inquiries, potential respondents may contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    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.
    Total Assurance Plan
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure maintenance and service for Waters Technology Corporation instrumentation at the Naval Fuels & Lubricants Chemistry Laboratory located in Patuxent River, Maryland. This procurement, identified as solicitation N0042126Q1028, is valued at approximately $94,758.08 and is intended to be awarded on a sole source basis to Waters Corporation, emphasizing the importance of their specialized equipment in supporting the laboratory's operations. Interested vendors must submit their capabilities and quotes by December 10, 2025, at 12:00 PM EST, with all submissions directed to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    Mitutoyo AV204016 Coordinate Measuring Machine
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure a Mitutoyo AV204016 Coordinate Measuring Machine via a sole source Firm Fixed Price (FFP) contract. This procurement is aimed at acquiring commercial items necessary for measuring, displaying, and controlling industrial process variables, which are critical for ensuring precision in various defense applications. Interested parties are invited to submit their capability statements, as this is an all-or-none requirement and partial quotes will not be considered. Proposals must be submitted electronically by the specified deadline to the contacts Julia Hunt at julia.m.hunt3.civ@us.navy.mil or Remy Oshiro at remy.s.oshiro.civ@us.navy.mil, with all submissions needing to comply with the requirements outlined in the solicitation document.
    SPERONI MAGIS 600 N6449826Q5019
    Buyer not available
    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.
    CST STUDIO SUITE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners to DRS Signal Solutions, Inc. of Frederick, Maryland. This procurement is necessary to fulfill specific agency requirements that can only be met by this single source, as no other supplies or services are deemed adequate. The goods are critical for radio and television broadcasting and wireless communications, aligning with the NRL's operational needs. Interested parties may express their capability to meet this requirement, but the government retains discretion over whether to pursue competitive procurement. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301273048.
    USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a firm-fixed-price single source contract to Bruker Biospin Corp for the acquisition of an X-Band Microwave Resonator. This specialized equipment is designed for electron paramagnetic resonance (EPR) and electron nuclear double resonance (ENDOR) microwave spectroscopy, with specific requirements including a resonant frequency of approximately 9.8 GHz and the capability to operate at cryogenic temperatures. The procurement is critical for advancing research in microwave spectroscopy, and interested parties are advised that this notice is not a solicitation for bids or proposals; however, they may submit documentation of their capabilities to the primary contact, John Perry, via email by August 18, 2025, at 10:00 MDT.