AK-KENAI NWR-THERMAL SENSOR
ID: 140F1G26Q0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION (5855)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for a thermal sensor system for the Kenai National Wildlife Refuge in Alaska. The procurement includes a cooled thermal camera system with specific requirements such as a cooled InSb detector, high resolution, and software capabilities for image analysis and data export. This equipment is crucial for wildlife monitoring and research, enhancing the refuge's operational capabilities. Interested small businesses must submit their quotes by January 13, 2026, to Carter Duke at carter_duke@fws.gov, with delivery expected by March 2, 2026, and all submissions must comply with the outlined specifications and federal contracting regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    HI KENAI NWR AIRCRAFT CAMERA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide an FAA-approved airborne imaging system for the Kenai National Wildlife Refuge. The procurement includes a strut-mounted aircraft attachment, a carbon-fiber camera pod, compatible RGB and NIR 100 MP metric cameras, and necessary accessories, all of which must meet detailed technical specifications regarding payload capacity, vibration isolation, and sensor resolution. This imaging system is crucial for wildlife monitoring and management efforts within the refuge. Interested vendors should submit their quotations by February 11, 2026, and can contact John Skogen at JackSkogen@fws.gov or 612-713-5210 for further information.
    MS SANDHILL CRANE NWR IDS/FS INSTALL
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new fire system at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. The procurement includes specific requirements for the IDS, such as the Bosch 9512G series or DMP XR150 panels, with features like tamper notification, remote monitoring, and battery backup, alongside a fire system that includes a DMP XF150 panel and various detection devices. This project is crucial for enhancing the security and safety of the refuge, ensuring compliance with safety standards. Interested vendors must submit their questions by January 13, 2026, and quotations by January 20, 2026, with a firm-fixed-price contract to be awarded based on technical approach and past performance. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or call 612-713-5216.
    OR-FWS MALHEUR NWR-UTV
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes from qualified Women-Owned Small Businesses (WOSB) for the procurement of a Utility Terrain Vehicle (UTV) for the Malheur National Wildlife Refuge located in Princeton, Oregon. The UTV must meet specific requirements, including a 999cc engine, 82HP, an 11.5-gallon fuel capacity, and a factory-installed cab system equipped with heating, air conditioning, and defrost capabilities. This vehicle is essential for operational efficiency within the refuge, supporting various wildlife management activities. Quotes are due by January 22, 2026, at 5 PM ET, with delivery required by March 31, 2026. Interested parties can contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    N--SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the installation of two new 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips in two staff quarters buildings, which are currently served by aging units nearing the end of their operational life. This procurement is crucial for ensuring safe and comfortable living conditions for staff and their families on-site. Interested contractors must submit their quotes by January 14, 2026, at 3:00 PM EST, following a site visit scheduled for December 17, 2025, and are encouraged to direct any questions to William Koski at williamkoski@fws.gov. The total project value is estimated to be less than $25,000, with a performance period from February 2, 2026, to April 30, 2026.
    Purchase Sensor for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of five Sensor-Temp units (AHM9020) as part of a total small business set-aside contract. The selected contractor must provide items with traceability to the Original Equipment Manufacturer, Dunlop Aircraft Tyres Limited, and submit a Certificate of Conformance as part of the procurement process. This solicitation is critical for maintaining the operational readiness of the Coast Guard's HC-144 aircraft, ensuring that they are equipped with reliable temperature sensors. Interested vendors must submit their quotations by January 15, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QL0000035.
    AK-BETHEL ADMIN SITE-WINDOW REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified small businesses for a window replacement project at the Yukon Delta National Wildlife Refuge in Bethel, Alaska. The project involves the overhaul and replacement of existing window systems in nine government-owned residential houses, requiring contractors to furnish all labor, materials, equipment, and supervision to complete the work within 138 calendar days. This procurement is critical for maintaining the integrity and functionality of government housing, with an estimated contract value between $250,000 and $325,000. Interested contractors must submit their proposals by March 5, 2026, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.