Hyper-Cam xLW Mini
ID: FA8601-25-HyperCamxLWMiniType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 15, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking to procure a Hyper-Cam xLW Mini from Telops Inc. This acquisition aims to enhance imaging and gas detection capabilities for the Air Force Institute of Technology (AFIT), with the contractor responsible for delivering a Fourier-Transform Spectrometer that meets extensive specifications, including user-selectable spectral resolution and advanced detector capabilities. The procurement is critical for advancing operational effectiveness, with a delivery timeline of nine months and requirements for a two-year defect warranty and one year of scheduled preventative maintenance. Interested parties may submit capability statements or proposals to Amy Gibson-Ferri at amy.gibson-ferri@us.af.mil, with all correspondence needing to include the subject line “Telops Inc., Hyper-Cam xLW Mini.”

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 9:05 PM UTC
Jan 8, 2025, 9:05 PM UTC
The document outlines a Statement of Work (SOW) for the procurement of the Hyper-Cam-LW Mini, aimed at enhancing imaging and gas detection capabilities for the Air Force Institute of Technology (AFIT). The primary contractor responsibilities include delivering a Fourier-Transform Spectrometer with extensive specifications such as user-selectable spectral resolution, advanced detector capabilities, and real-time gas detection systems. The SOW details a timeline of nine months for delivery, requiring the contractor to manage all logistics from transportation to on-site setup. Additionally, a two-year defect warranty and a year of scheduled preventative maintenance after receipt are mandated to ensure long-term operational reliability. This RFP underlines government investment in advanced technology to bolster operational effectiveness, with comprehensive requirements to guarantee quality and performance standards. Payment for the project is stipulated to occur upon successful completion of all outlined requirements, ensuring accountability and timely project execution.
Lifecycle
Title
Type
Hyper-Cam xLW Mini
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Air Force Institute of Technology Reflectometer
Buyer not available
The Department of Defense, specifically the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB, is conducting market research to identify potential sources for a Reflectometer intended for testing materials in simulated combustion environments. The Reflectometer will be utilized to enhance temperature measurement accuracy during material testing, which is critical for the development of next-generation engines. Interested firms are required to submit a capabilities package that demonstrates their ability to meet the specified technical requirements, including the delivery of a portable, handheld device with precise measurement capabilities, within 90 days of contract award. Responses must be submitted by April 12, 2025, at 12:00 PM EDT, and inquiries can be directed to Eileen Potter at eileen.potter@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil.
FLIR
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is soliciting a firm fixed price contract for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) buy requirement for FLIR night vision equipment. This procurement is a sole source requirement directed to L-3 Communications Cincinnati Electronics Corporation, indicating that only one responsible source can meet the agency's needs for the specified items. The total quantity required over the five-year period is 575 units, with a breakdown of 175 units in the first year and 100 units in each subsequent year. Interested vendors must submit their offers via email to Rodney Haygood by the closing date of April 12, 2025, as facsimile submissions are not permitted.
Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and testing of Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies (EMA) for F-16 Advanced Avionics systems. The contractor will be responsible for restoring these electronic modules to their original specifications and ensuring they meet serviceable “A” condition without altering their functional capabilities. This procurement is critical for maintaining the operational integrity of F-16 aircraft, which are vital to national defense. Interested contractors should contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil for further details, with proposals expected to adhere to stringent quality assurance and inspection requirements as outlined in the associated documentation.
Repair of B-2 Laser Energy Monitor, Optical Assembly
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.
Directed Infrared Countermeasure System for Large Aircraft
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking market research responses from businesses capable of providing a directed infrared countermeasures system for large aircraft. The system is intended to detect, deny, and defeat various aerial threats, including man-portable air defense systems and surface-to-air missiles, while ensuring compliance with open architecture standards for future adaptability. This initiative is crucial for enhancing the defense capabilities of U.S. military aircraft, with a requirement for readiness by May 2028. Interested firms must submit their capabilities statements unclassified via the DoD SAFE system by 5:00 PM EST on May 15, 2025, and can direct inquiries to Victoria Russell at victoria.russell.1@us.af.mil.
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.
Computed Tomography (CT) Scanner
Buyer not available
The Department of Defense, specifically the U.S. Air Force Research Lab, is soliciting quotations for a Computed Tomography (CT) Scanner, which is essential for advanced imaging and inspection capabilities. The procurement aims to acquire a commercial CT scanner that meets specific technical requirements, including non-contact 225 kV emission capabilities and upgrade options to 450 kV, along with various scanning and resolution features, digital imaging enhancement, and software integration for 3D modeling. This equipment is critical for ensuring high-quality imaging in various applications, reinforcing the importance of compliance with federal regulations throughout the procurement process. Interested vendors must submit complete quotes by the specified deadline, with evaluations based on price and technical compliance, and can contact Daniel "Logan" Thompson or Robert "Alan" Baker for further information.
HAWK-EYE 1200 IR CAMERA PROCUREMENT
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the procurement of HAWK-EYE 1200 IR Cameras to support the United States Customs and Border Protection (CBP). This procurement aims to gather statements of interest, capabilities, and rough cost estimates from businesses capable of providing these cameras, which are essential for search, detection, navigation, and guidance applications in aeronautical and nautical systems. Interested vendors are required to submit a capability statement detailing their experience, relevant contracts, and proposed strategies by 4:00 p.m. Central Time on April 4, 2025, with submissions sent electronically to Jason Perry at jason.m.perry@faa.gov. All responses should be marked as proprietary where necessary.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
70--OPTICAL MODULE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of 40 units of an optical module, identified by NSN 7R-7050-016816838-BL and reference number 278A092-6. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only previously approved sources may submit proposals, as new sources must undergo a qualification process that cannot delay the award. The selected supplier will be responsible for ensuring the quality of the part, which is essential for maintaining operational capabilities, and must provide all necessary documentation as outlined in the NAVSUP Weapon Systems Support Source Approval Information Brochures. Interested parties should contact Michael W. Bauder at (215) 737-5103 or via email at MICHAEL.BAUDER@DLA.MIL for further details and to ensure compliance with submission requirements.