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
  1. 1
    Posted Dec 18, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 18, 2024, 12:00 AM UTC
  3. 3
    Due Dec 20, 2025, 5:00 PM UTC
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
Dec 18, 2024, 5:08 PM UTC
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.
Dec 18, 2024, 5:08 PM UTC
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.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
Shaft Current Sensor Recertification
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order for the recertification of Shaft Current Sensors and related equipment. The procurement involves calibration and validation of performance capabilities for Shaft Current Sensors and Carry-On Controllers, as well as the evaluation of alternate sources for a custom datalogger due to obsolescence. This technology is critical for naval operations and is uniquely designed, requiring proprietary calibration and testing equipment that only Ohio Semitronics, Inc. can provide. Interested parties may express their capabilities to the primary contact, Teigh Cheyney, via email at tahesha.c.cheyney.civ@us.navy.mil, although no competitive proposals will be accepted, and the procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b) for purchases not exceeding $250,000.
Platinum Pro Instrument
Buyer not available
The Department of Defense, through the Naval Health Research Center (NHRC), intends to award a sole-source contract for the procurement of a Platinum Pro Instrument, which is essential for next-generation protein sequencing. This contract will be awarded to Quantum SI, located in Branford, CT, and includes a 12-month manufacturer's warranty along with Platinum® Analysis Software and cloud data storage. The procurement is classified under the NAICS code 334516, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for the award. For further inquiries, interested parties can contact Nick Clarke at nicholas.k.clarke.civ@health.mil or Gaye Jordan at gaye.j.jordan.ctr@health.mil.
Cryogenic Amplifiers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to procure cryogenic amplifiers through a sole-source contract with Quantum Microwave Components, LLC. The procurement includes several specific Low Noise Factory branded products, such as amplifiers and power supplies, which are critical for the operation of a recently purchased dilution refrigerator. These specialized instruments are essential for measuring and testing electrical signals at cryogenic temperatures, ensuring optimal performance in sensitive applications. Interested parties may submit capability statements to the primary contact, Tabitha Haggart, at tabitha.haggart@us.af.mil, with the anticipated award date set for on or before May 30, 2025. This notice serves as a presolicitation and is not a request for competitive proposals.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
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.
Dual Port Electro-Optic Modulators
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure two dual-port electro-optic modulators (EOMs) for ongoing research and development at the Air Force Research Laboratory in Rome, New York. The procurement involves a sole-source award to EOSpace, Inc. for specialized fiber-coupled EOMs that meet specific technical and performance requirements essential for filtering photons in experimental setups. This acquisition is critical for maintaining uniformity across existing equipment, thereby minimizing integration risks and ensuring consistency in research outcomes. Interested parties may submit capability statements to Leslie Christoferson at leslie.christoferson@us.af.mil, with the anticipated award date set for on or before May 30, 2025.
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.
Rohde & Schwarz Signal and Spectrum Analyzer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of a Rohde & Schwarz Signal and Spectrum Analyzer, along with associated software and warranty items, under a firm fixed price contract. This procurement is set aside for small businesses and aims to enhance the Center's capabilities for testing the SARTS IV onboard tracking system, necessitating a specific brand due to its unique features and proprietary rights. Interested vendors must submit their price quotes and required documentation by 10:00 AM on April 25, 2025, with delivery expected by May 2, 2025, to the NSWCCD facility in Bethesda, Maryland. For further inquiries, potential bidders can contact Kylie Cox at kylie.cox3.civ@us.navy.mil.