FLIR Calibration BPA
ID: FLIRBPAType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    Special Notice: DEPT OF DEFENSE - DEPT OF THE AIR FORCE intends to award a sole source agreement to Teledyne FLIR Surveillance, Inc. for FLIR imager/calibration services. The services are typically used for maintaining, repairing, and rebuilding equipment, instruments, and laboratory equipment. The contract will be a Firm Fixed Price (FFP) Commercial Purchase Order. The anticipated award date is 02 January 2024. This notice is not a request for proposals or quotations. All responses must be submitted by 12:00 pm CST on 27 December 2023 and should provide clear and concise documentation indicating the offeror's capability to provide the services.

    Point(s) of Contact
    Kristina B. Brannon
    kristina.brannon.1@us.af.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    FLIR Calibration BPA
    Currently viewing
    Special Notice
    Similar Opportunities
    Sources Sought for Overhaul of the Turret, Assembly, Infrared
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a sources sought announcement to identify potential sources for the overhaul of the Turret, Assembly, Infrared. The procurement aims to assess the feasibility of a competitive acquisition for a minimum of 30 and a maximum of 160 units, which includes a Foreign Military Sales quantity of 26 units, with the applicable NAICS code being 334511. The Turret, Assembly, Infrared is crucial for military operations, and currently, Teledyne FLIR Defense, Inc. is the only known approved source for its overhaul. Interested parties must submit their capabilities and business information via email to Maggie Bevis by December 29, 2025, referencing the sources sought number in the subject line.
    NEXTGEN FLIR Replacement
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is conducting market research for the NEXTGEN FLIR Replacement, specifically seeking sources for improved rotary wing electro-optical sensor systems. The objective is to identify potential suppliers capable of providing non-developmental airborne turreted sensor systems that meet the Government's System Performance Specification (SPS), which is controlled unclassified information subject to U.S. export controls. This procurement is critical for enhancing operational capabilities in night vision and surveillance applications. Interested parties must submit their statements of interest and qualifications by January 12, 2026, to Ms. Julia Kennedy at julia.a.kennedy.civ@socom.mil, with no obligation for the Government to issue a solicitation based on the responses received.
    Synopsis for ATFLIR FMS BOA
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    SENSING ELEMENT, FIR / NSN 6340-01-471-3116 / C130 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the procurement of the Sensing Element, FIR (NSN 6340-01-471-3116) specifically for the C130 aircraft. This contract will cover a five-year base period with an estimated annual quantity of 40 units, which are critical components but not classified as Critical Safety Items. Interested contractors must submit a Source Approval Request (SAR) to be considered, as the DLA does not possess technical data for this part, and the original equipment manufacturer is Lockheed Martin. Proposals are due within 45 days of the notice publication, with the solicitation expected to be issued on December 10, 2025. For further inquiries, interested parties can contact Chris Rose at Christopher.Rose@dla.mil or Jeremy Prince at Jeremy.Prince@dla.mil.
    IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from DRS Network & Imaging Systems, LLC for the procurement of IBAS 2.8 with 2nd Gen FLIR Kits, intended for use with the Bradley Fighting Vehicle. The DLA requires pricing for a Best Estimated Quantity (BEQ) of 229 units for Fiscal Year 2026 and 148 units for Fiscal Year 2027, with proposals needing to include firm-fixed pricing and comprehensive cost data compliant with federal regulations. This procurement is critical for enhancing the operational capabilities of military vehicles, ensuring they are equipped with advanced detection and imaging systems. Proposals are due by January 30, 2026, with all communications directed to Anna Phillips at anna.phillips@dla.mil.
    ACCESSORY PORT MANI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime in Albany, is seeking proposals for the procurement of 10 units of the Accessory Port Mani, identified by NSN 1385-01-676-6360. This item is a sole source requirement from Teledyne FLIR (CAGE 7KJ69) and will be solicited under FAR Part 15, Contracting by Negotiations, with a delivery requirement of 30 days. The solicitation will be available on DIBBS starting December 29, 2025, and interested suppliers are encouraged to submit their proposals electronically via DIBBS or by email to the Acquisition Specialist, Cerita Sellers, at Cerita.Sellers@dla.mil. Proposals must be in English and in US dollars, with a focus on price, past performance, and delivery for evaluation.
    Synopsis QTY 1 EA RECEIVER, INFRARED
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of an infrared receiver from Northrop Grumman Systems Corp. The procurement involves the repair of NSN: 5865015916897, P/N: 001-008087-0006, and is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 23, 2025, and closing on January 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    58--THERMAL IMAGING SYS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair and modification services for thermal imaging systems under a presolicitation notice. The requirement includes 23 units of NSN 7H-5855-014991240, with delivery terms set to FOB origin, and it has been determined that the government does not own the necessary data or rights for alternative sourcing, making reverse engineering uneconomical. These thermal imaging systems are critical for night vision applications, underscoring their importance in defense operations. Interested parties are encouraged to contact Ethan Lentz at (717) 605-2892 or via email at ETHAN.K.LENTZ.CIV@US.NAVY.MIL to express their interest and capability, with a 45-day window for proposal submissions following the notice publication.