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
    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
    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
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is soliciting quotes for a Quickset Gimbal system to enhance the stability and precision of its hyperspectral, multispectral, and high-speed remote sensing instruments at Wright-Patterson Air Force Base, Ohio. This procurement aims to support various courses in Optical Engineering and Applied Physics at the Air Force Institute of Technology (AFIT), ensuring practical application of skills and effective teaching methodologies. The gimbal must meet stringent technical specifications, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating, with delivery and installation required within 16 weeks of contract award. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on December 16, 2025.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    FLIR GIMBALS
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for the procurement of FLIR Gimbals and associated optical hardware components, specifically designed to enhance night missions and surveillance capabilities. The solicitation requires specific FLIR brand-name products, including D300 E-series pan-tilt units, power supplies, breakout cable harnesses, and heavy-duty payload brackets, emphasizing the need for compatibility with existing systems used by the Navy and Air Force. This procurement is critical as it ensures the integration of tested and reliable equipment that performs well in harsh environments, thereby avoiding substantial costs associated with testing and certification of alternative brands. Interested offerors must submit their quotes electronically by the specified deadline and provide proof of authorization as an OEM, authorized dealer, or distributor, with deliveries expected within 45 calendar days post-award. For further inquiries, contact Julia Hunt at julia.m.hunt3.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.
    CAMERA,TELEVISION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of television cameras under the solicitation titled "CAMERA, TELEVISION." The contract will require compliance with various quality standards, including ISO 9001 or higher, and will involve the delivery of 20 units within a specified timeframe of 365 days. These cameras are critical for airborne radio and television communication, supporting military operations and enhancing situational awareness. Interested vendors can reach out to Sean Geiger at 215-737-6825 or via email at SEAN.GEIGER@DLA.MIL for further details and to submit proposals.
    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.
    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.
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.
    CELL OPTICAL, ELEMENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Delivery Contract (IDC) for the procurement of CELL OPTICAL ELEMENTS, specifically under solicitation number SPE4A7-26-R-X024. This contract is set aside exclusively for small businesses and involves a total quantity of 10,720 units of night vision equipment, classified under the PSC code 5855, with specific requirements outlined in the basic drawing NR 80063 A3256341. The procurement is critical, with export controls applying, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested parties can access the solicitation on DLA DIBBS starting November 25, 2025, and should direct inquiries to Juline Tenorio at JULINE.TENORIO@DLA.MIL or Adrienne Davis at Adrienne.Davis@dla.mil for further information.