Amendment 1 - High-Speed Camera System and Accessories
ID: FA4610-25-Q-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Photographic Equipment and Supplies Merchant Wholesalers (423410)

PSC

PHOTOGRAPHIC EQUIPMENT AND ACCESSORIES (6760)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of a high-speed camera system and accessories to support a technical refresh at Vandenberg Space Force Base. The requirements include a 4.2-megapixel camera capable of recording at 9350 frames per second, with specific features such as internal RAM storage, compatibility with Nikon F and Canon EOS lens mounts, and a ruggedized carrying case for portability. This procurement is critical for enhancing operational capabilities in mission-critical environments, ensuring high-quality video capture under various conditions. Interested small businesses must submit their quotations by February 3, 2025, and direct any questions to Jeffrey Weeks or Jake Hluska via email by January 15, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government request for proposal (RFP) outlines the specifications for acquiring a high-speed digital video camera for the Mobile Optics Section. The document details essential characteristics required for effective mission support and compatibility with existing mobile optics equipment. Key specifications include a 4.2-megapixel camera capable of recording full resolution at 9350 frames per second, internal RAM storage for 3 seconds, and removable storage supporting 200 fps for up to 20 minutes. The camera must feature a CMOS sensor, global shutter capability, and a minimum exposure time of 1 microsecond, with a daylight ISO of 4,000. Additional requirements comprise compatibility with Nikon F-style and Canon EOS lens mounts, an 8 TB removable storage device, and a ruggedized carrying case. The purpose of this RFP is to source specialized equipment that enhances operational capabilities in a controlled environment, ensuring durability, efficiency, and high-quality video capture. This requirement aligns with government initiatives for improved technology provisioning in mission-critical operations.
    This Request for Quote (RFQ) involves the procurement of specific lens mount kits for high-speed camera systems, intended to be completed within 60 days post-award. It targets small businesses, set aside under NAICS 423410 with a size standard of 200 employees. Contractors are required to provide unit pricing that is divisible, include all shipping costs in their quotes, and ensure products are of domestic origin unless specified otherwise. Compliance with federal regulations regarding the System for Award Management (SAM) is mandatory for eligibility. The document outlines three primary line items for the lens mount kits for Canon and Nikon camera models, along with specific instructions for quoting, including the need for exact item specifications or acceptable alternatives. Final bids are due by February 3, 2025, at 1:00 PM PT, aimed at facilitating a transparent and competitive bidding process.
    The document FA461025Q0005 outlines various clauses incorporated by reference for government procurement, particularly regarding regulations applicable to contracts with the Department of Defense (DoD). Key clauses address compensation of former DoD officials, whistleblower rights, prohibitions on acquiring specific telecommunications equipment, item identification and valuation, and procurement preferences for domestic commodities. Noteworthy clauses include unique identification requirements for deliverables worth $5,000 or more, detailing methods for marking and reporting unique item identifiers. The document also emphasizes compliance with updated guidelines, including electronic payment submission using the Wide Area Workflow system. Furthermore, it includes definitions for terms related to business classifications, such as small and disadvantaged business concerns, and stipulations governing operating practices concerning national security interests. The comprehensive framework provided serves to ensure regulatory adherence and clarity in contractual obligations, reflecting the federal commitment to transparent procurement processes and national standards for contractor responsibilities.
    The document outlines specifications for a high-speed camera system intended for use at Vandenberg Space Force Base. Key considerations include that the camera will not integrate with existing telemetry systems, and it will support real-time monitoring at a resolution of up to 1080p at 30Hz via a 3G-SDI output. The camera must function in challenging environmental conditions, operating in temperatures from 25°F to 110°F, while being resilient against salt air and fog. Interchangeable lens mounts for Nikon F and Canon EOS are required, with native support for Phantom CineMag crucial for operational compatibility. It should also be portable, featuring a ruggedized carrying case, allowing for easy transportation or installation on mobile tracking systems. Future scalability regarding frame rates and storage capacity is desired but not mandatory. This document serves as a detailed request for proposals (RFP) for developing a robust high-speed camera solution that meets specific operational requirements in a government context.
    The 30th Contracting Squadron is soliciting bids for a firm fixed price contract to procure a High-Speed Camera system at Vandenberg Space Force Base. This solicitation, identified as FA4610-25-Q-0005, is a combined synopsis/solicitation due to the current unavailability of funds, with the government reserving the right to cancel it at any stage. This acquisition is designated as a 100% Small Business set-aside, applying to firms classified under NAICS Code 423410, and requires offerors to be registered in SAM. Quotations must be submitted by February 3, 2025, with responses evaluated based on technical acceptability and price, using a lowest price technically acceptable approach. Offerors must create a comprehensive quotation addressing technical specifications and pricing details following outlined guidelines, with specific page limits. It's emphasized that offers should be finalized upon submission without expectation for interchanges, although they may occur if beneficial to the government. Contractors are urged to highlight their best pricing, as the evaluation will not consider proposals exceeding the specified format. The response timeline requires questions to be submitted by January 15, 2025. The document underscores the strict adherence to required processes and documentation for consideration in the contract award.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    R-CAM TLE Level Wind Borehole Camera
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a high-precision R-CAM TLE Level Wind portable borehole camera, with delivery required at Andersen Air Force Base in Guam. The camera must include essential features such as a motorized winch, a digital viewing screen for real-time analysis, autonomous operation capabilities, and a pressure-rated cable head, aimed at enhancing operational capabilities in challenging environments. This opportunity is a 100% Small Business Set-Aside, with proposals due by February 10, 2025, and the evaluation will focus on the lowest price technically acceptable offer. Interested vendors should direct inquiries to 1st Lt. Julieth Collazos via email and ensure compliance with the detailed submission instructions outlined in the solicitation documents.
    Phantom Cameras
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Phantom T4040 cameras and associated equipment from Vision Research, Inc. This acquisition aims to replace outdated camera systems with new technology that meets specific form, fit, and function requirements, ensuring compatibility with existing accessories and maintaining high-quality data collection capabilities. The equipment is critical for advanced cinematography applications within government projects, emphasizing the need for compliance with federal regulations, including TAA compliance. Proposals are due by December 2, 2024, with an anticipated award date of January 2, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at (540) 742-8050 for further information.
    58--CAMERA SYSTEM,SURVE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 18 units of a Camera System, Surveillance, identified by NSN 5836-01-684-1982. This procurement is based on a source-controlled drawing, and the approved source for this item is 32865 1004061-201, indicating the necessity for compliance with specific military specifications and standards. The items are critical for defense operations, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with the expectation that quotes must be submitted within 93 days after the award date.
    66--CAMERA,INFRARED,IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of four infrared cameras (NSN 6635017176286) intended for delivery to the Naval Air Systems Command. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the analytical laboratory instrument manufacturing sector. The procurement is critical for enhancing operational capabilities, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct inquiries to the buyer via email at DibbsBSM@dla.mil, with quotes due within 20 days after the award date.
    4D Tech NanoCam HD Dynamic Optical Profiler
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a 4D Tech NanoCam HD Dynamic Optical Profiler, which is essential for assessing the roughness of optics within the m-40 system at the Marshall Space Flight Center. The procurement includes a high-resolution CMOS sensor, a 460nm LED, a desktop or laptop computer running Windows 10, and a motorized tripod with a hand controller, all aimed at enhancing the center's optical measurement capabilities. This acquisition is part of NASA's efforts to advance technology and precision in aerospace research, with the equipment to be delivered to the Central Receiving facility in Huntsville, Alabama, within six weeks after order placement. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 1:00 p.m. Central Standard Time on February 6, 2025, to be considered for this sole source contract.
    21 LRS Security Cameras
    Buyer not available
    The Department of Defense, specifically the 21st Logistics Readiness Squadron (LRS), is seeking qualified contractors for the installation of a CCTV system at the SALF Warehouse Building 780 located at Schriever Space Force Base in Colorado. The project entails providing materials, skilled labor, and ensuring compliance with electrical and building standards, while adhering to strict security protocols due to the facility's restricted nature. This initiative is part of the government's commitment to enhancing security infrastructure at military installations, requiring high-resolution dome-style cameras with night vision capabilities and a minimum 90-day video retention period. Interested small businesses are encouraged to respond with their company information and any questions regarding the Draft Performance Work Statement, with primary contact SSgt Joshua Stone available at joshua.stone.23@spaceforce.mil or 719-567-3431.
    67--CAMERA SYSTEM
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of a CAMERA. The CAMERA is typically used for photographic equipment purposes. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any subsequent amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    Notice of Intent to Sole Source to Teledyne FLIR
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source procurement action for service upgrades on three FLIR RS6780 Mid-Wave Infrared Cameras. The upgrade involves the installation of a Neutral Density (ND) Filter Wheel and the addition of ND-0, ND-01, and ND-03 filters, along with sensor calibration and system testing, which must be performed by the manufacturer, Teledyne FLIR, due to their unique qualifications and warranty stipulations. This procurement is critical for maintaining the operational capabilities of the cameras used by the 2nd Range Operations Squadron at Vandenberg SFB, CA. Interested parties wishing to challenge the sole source determination must submit an interest letter by February 7, 2025, at 1300 PST, to the designated contracting officers, Chris Hummel and Paul Baraldi, at the 30th Contracting Squadron.
    58--IMAGE INTENSIFIER,N
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 234 units of the IMAGE INTENSIFIER, NSN 5855016867264. This solicitation is a Total Small Business Set-Aside and aims to fulfill the needs for advanced imaging technology, which is critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery is set for 148 days after award. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    AN_MPN 14K GPA-134 Video Mapping Generator (VMG) System Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of the AN/MPN-14K GPA-134 Video Mapping Generator (VMG) System. The primary objective is to develop, test, and deliver seven units, including one First Article Test (FAT) unit and six production units, to enhance the operational capabilities of the Landing Control Central (LCC) that relies on this system for radar data presentation. This modification is crucial for modernizing outdated components and ensuring the effectiveness of air traffic control operations. Interested contractors should direct inquiries to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil, with the solicitation number FA810225RB003 issued on February 3, 2025, and a performance period of 12 months.