This government solicitation outlines specifications for a Cooled Thermal MWIR High Resolution Camera system, including software and lenses. Key requirements for the camera include a cooled InSb detector (3–5 µm spectral range), 1280x720–1024 pixel resolution, NETD ≤30 mK, measurement accuracy of ±1.5 °C, and a temperature range of –20 °C to 100 °C. The lens system must provide electronic focus control and meet specified Ground Sample Distance (GSD) and Field of View (FOV) at 1000m AGL. The system's electronics require a cooler MTTF >10,000 hours and operation from –20 °C to +50 °C. Software must offer perpetual licensing, operate on Windows, support image viewing and analysis, and export radiometric data. Performance capabilities include a GSD <75 cm and horizontal/vertical FOV >750m and >400m respectively, with GPS integration. Evaluation criteria emphasize technical compliance, lens details, environmental/reliability documentation, software functionality, and past performance. Delivery terms are FOB Destination to Kenai National Wildlife Refuge, Soldotna, AK, with installation included and contractor responsible for all associated costs and coordination.
This Request for Quotation (RFQ) 140F1G26Q0005, issued by the FWS IT Goods department for the FWS Kenai National Wildlife Refuge, is a combined synopsis/solicitation for commercial items. It is a Total Small Business Set-Aside under NAICS code 334511, focusing on Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The RFQ seeks Firm Fixed Price quotes for a FLIR A8581 InSb, a Motorized 17mm lens, and a Thermal Sensor and Software, with delivery required by March 2, 2026. Quotes will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria and must meet or exceed attached specifications. Offerors must submit quotes via email to Carter Duke at carter_duke@fws.gov by January 13, 2026, at 10:00 am. All quotes must be on official business letterhead and include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items.
This government file outlines key clauses and instructions for offerors in federal contracting, primarily focusing on commercial products and services. It incorporates various clauses by reference, covering definitions, anti-kickback procedures, whistleblower rights, and prohibitions on contracting with entities using certain telecommunications equipment or those involved in specific activities related to Kaspersky Lab, ByteDance, Iran, and Sudan. The document details instructions for offer submission, including NAICS codes, small business size standards, required offer contents, acceptance periods, and policies on late submissions and contract awards. It also addresses evaluation criteria, particularly for commercial products and services, and outlines offeror representations and certifications related to small business programs (e.g., veteran-owned, women-owned, HUBZone), Buy American Act, Trade Agreements Act, responsibility matters, child labor, place of manufacture, service contract labor standards, taxpayer identification, and prohibitions on inverted domestic corporations and entities with delinquent tax liabilities or felony convictions. The file emphasizes compliance with federal regulations and ethical contracting practices.