Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
ID: W91ZLK-25-Q-A002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 4:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
The Aberdeen Test Center (ATC) Ballistic Instrumentation Division seeks to establish a 5-year Indefinite Quantity Indefinite Delivery (IDIQ) contract for the supply of Dewesoft SIRIUS Data Acquisition Systems (DAS). This request arises due to the need for compatible instrumentation that meets specific electrical and operational requirements unique to ATC. Emphasizing the integration with existing software, the contract aims to facilitate rapid procurement and replacement of DAS components, ensuring minimal disruption and enhanced test capabilities. Key specifications include high sample rates, compatibility with existing Dewesoft hardware/software, and ruggedized designs for demanding environments. No installation or specialized training is required, and standard warranties, along with a separate maintenance contract, will suffice for ongoing support. Supplies will be requested as needed, with deliveries required within sixteen weeks. The proposal reflects ATC's intent to modernize testing operations while maintaining operational efficiency and meeting rigorous technical standards.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
Notice of Intent to Sole Source Geophones for the ERDC GSL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Geospace Technologies Corporation for the procurement of geophones and related equipment. The requirement includes three GS-ONE, 10 HZ geophones, 24 channel seismic cables, one Geospace Connectorless Recorder, and 24 months of technical phone support, all of which must meet specific frequency response specifications to align with existing in-house equipment. This procurement is critical for ensuring the consistency and reliability of geophysical data collection, as Geospace Technologies is the sole manufacturer and supplier of these geophones in North America. Interested vendors may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil and David Ammerman at David.G.Ammerman@usace.army.mil by 1:00 PM CST on May 2, 2025, although this notice is not a request for competitive quotes or proposals.
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.
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.
SOLE SOURCE – EVALUATION / REPAIR / CALIBRATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source contractor for the evaluation, repair, and calibration of specific equipment manufactured by Keysight Technologies, Inc. This procurement includes the AGILENT PSG Analog Signal Generator, Digital Storage Oscilloscope, and HP Spectrum Analyzer, all of which must adhere to the original manufacturer's specifications due to proprietary constraints. The contract emphasizes the necessity of using the OEM for these services, as Keysight Technologies is the only source capable of providing the required expertise and technical data for calibration and repair. Interested vendors must submit their capability statements by April 30, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Mark Swartzentruber at mark.r.swartzentruber.civ@us.navy.mil.
Dynamic Vapor Sorption Analyzer Equipment
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers' ERDC-CERL, is seeking to procure a Dynamic Vapor Sorption (DVS) Analyzer Equipment on a sole source basis from Surface Measurement Systems LTD North America (SMS). The required equipment must include a specimen pre-heater, a heated water reservoir for high humidity and temperature measurements, and software for instrument control and DVS analysis, along with a basic set of consumables and at least five independent micro-balances for simultaneous specimen measurement. This specialized analyzer is crucial for the ERDC-CERL research program, as it is the only model available that meets the specific technical requirements necessary for their studies. Interested parties who believe they can fulfill this requirement are encouraged to submit a capability statement to CERL-CT-Quotes@usace.army.mil by the specified deadline, although there is no guarantee that submissions will alter the Government's acquisition strategy.
Off-the-shelf Cables
Buyer not available
The Department of Defense, specifically the U.S. Army Aberdeen Test Center (ATC), is seeking pricing for four specific types of off-the-shelf cables to support data acquisition for a five-year contract. The required cables include an Omega temperature cable, Belden computer cable, Belden audio control cable, and Belden 50-ohm Triax cable, each with strict specifications regarding part numbers, materials, and spool lengths, emphasizing that substitutions are not permitted. These cables are critical for the ATC's operations in ballistics testing, ensuring reliable and standardized materials are available for Live Fire Test and Evaluation. Interested vendors must submit their responses electronically to Robert J. Rogers at robert.j.rogers41.civ@army.mil by April 30, 2025, at 10:00 AM EDT, and are encouraged to address specific questions regarding their capacity to meet the procurement requirements.
Procurement & Calibration of Dew Point Mirror
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information for the procurement of one Model 373H Dew Point Mirror, along with ISO calibration services, for the Army's Primary Standards Laboratory (APSL) located at Redstone Arsenal, Alabama. This procurement aims to enhance the Army's measurement and diagnostic capabilities, ensuring accurate humidity and temperature readings essential for various operational needs. The Dew Point Mirror will feature an operating range of -30°C to +70°C and will include necessary components such as data acquisition software and a heated hose, all packaged in a protective case. Interested vendors are encouraged to submit their capability information, including business details and contact information, by May 9, 2025, to the designated contacts, Taylor Siskoff and Stephanie Dillon, via email.
Hydroacoustical Data Collection and Analysis
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a sole-source contract to the Wood Hole Oceanographic Institute (WHOI) for hydroacoustical data collection and analysis services. The objective is to gather underwater acoustic sound pressure level data associated with various piledriving operations at WHOI's permitted test area in Woods Hole, Massachusetts, which is critical for advancing ongoing research as part of a larger study by the USACE North Atlantic Division. This unique opportunity arises from WHOI's exclusive access to the test site and its specialized expertise in hydroacoustical data processing, making it the only viable provider for these non-commercial services. Interested parties may submit capability statements to Kim D. Roberson at kim.d.roberson@usace.army.mil by 12:00 PM CDT on May 2, 2025, to express their interest, although this notice does not constitute a request for competitive quotations.
SOLE SOURCE –REMOVEABLE STORAGE MODULE
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure removable storage modules from SMART High Reliability Solutions LLC through a sole source contract. This procurement is essential for enhancing the technological capabilities of the Navy's storage solutions, as the vendor possesses proprietary data critical to the project. Interested vendors are encouraged to submit capability statements, although the government retains discretion over the competitive procurement process. The solicitation is set to be issued on April 23, 2025, with a closing date of May 2, 2025, at 4:00 PM Eastern Time. For further inquiries, interested parties may contact Angela Westfall at angela.d.westfall.civ@us.navy.mil.