BSERV Mast Camera
ID: FA480324QB035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of a BSERV Mast Camera. This camera system is intended to be mounted to a telescoping mast and must possess multiple capabilities. The camera must have pan/tilt/zoom function, 360-degree rotation, and a minimum 30x zoom. It should be able to operate in harsh weather environments and have thermal imaging capability. Additionally, the contractor must provide a sustainable operating software/system. The place of performance for this procurement is Shaw AFB, SC, USA. For further information, the primary contact is Carlos J. Griggs (carlos.griggs.1@us.af.mil, 8038955181) and the secondary contact is Adam P. Nicholas (adam.nicholas@us.af.mil, 8038959742).

    Point(s) of Contact
    Lifecycle
    Title
    Type
    BSERV Mast Camera
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    B826 Hangar Cameras
    Buyer not available
    The Department of Defense, through the 502d Contracting Squadron at Joint Base San Antonio (JBSA) Lackland Air Force Base, is seeking qualified contractors to provide a seven-camera surveillance system for Building 826. The project entails the purchase, configuration, installation, and testing of the camera system, which includes a combination of PTZ and mini cameras, a monitor, and a network video recorder (NVR), ensuring compliance with applicable government regulations and standards. This initiative is crucial for enhancing security at the facility through modern surveillance technology. Interested parties are invited to submit their responses to this Sources Sought Notice by June 27, 2025, and may direct inquiries to Contract Specialist Monica Pridgen at monica.pridgen.2@us.af.mil or Contract Officer Ramon Marrufo at ramon.marrufo@us.af.mil.
    Mid Wave Infrared Camera System
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Academy, is soliciting quotes for a Mid Wave Infrared Camera System, which includes motorized lenses and perpetual software licenses. The procurement aims to enhance imaging capabilities for defense applications, emphasizing the need for advanced technology that meets stringent federal regulations, including the Buy American Act. Interested vendors must submit firm fixed price quotes electronically by June 25, 2025, ensuring compliance with all relevant guidelines and providing detailed pricing and technical specifications. For further inquiries, potential offerors can contact Brianna Morphis at brianna.morphis@us.af.mil.
    SS - AFRL/DO Camera Array System as Virtual Tower for SkyVision Test Site
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking responses for a Sources Sought notice regarding the procurement of a camera array system intended to function as a virtual tower for the AFRL SkyVision Test Site. The objective is to enhance situational awareness and support safe operations for Advanced Air Mobility (AAM), including uncrewed aircraft and electric Vertical Take-off and Landing (eVTOL) vehicles, by providing comprehensive air traffic monitoring and integration with existing Ground-Based Detect and Avoid (GBDAA) systems. Key specifications for the system include 3-D positioning, 360-degree coverage, a detection range of approximately 4 miles, and capabilities for remote operation, along with installation, integration, training, and maintenance support. Interested small businesses must submit their capability packages to Jason Sav at jason.sav@us.af.mil by June 20, 2025, at 5:00 PM Eastern Time, ensuring to follow specific submission guidelines outlined in the notice.
    Camera Monitoring Service for Building 10904
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Camera Monitoring System at Building 10904, located at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails replacing existing cameras with high-definition units, installing two 55” 4K LED TVs, and upgrading audio systems, all while ensuring the new setup operates independently of the Air Force network. This procurement is crucial for enhancing security and operational readiness within the facility, aligning with government objectives to improve surveillance capabilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by July 1, 2025, and can direct inquiries to Parie D Reynolds at parie.reynolds@us.af.mil or Lance Watters at lance.watters.1@us.af.mil for further details.
    Camera Replacements JBSA Camp Bullis, TX
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement of camera systems at Buildings 5423 and 5424 located at Joint Base San Antonio (JBSA) Camp Bullis, Texas. The project involves the removal of existing security equipment and the installation of new surveillance systems, including fixed lens dome cameras and access control measures, to enhance security and operational efficiency within the facilities. This procurement is critical for improving the safety infrastructure at government installations, with a firm-fixed-price contract awarded based on a Lowest Priced, Technically Acceptable (LPTA) evaluation approach. Interested vendors must submit their quotes electronically by July 1, 2025, and attend a mandatory site visit on June 17, 2025; for further inquiries, they can contact Parie D. Reynolds at parie.reynolds@us.af.mil or 210-671-1777.
    Security Camera Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a security camera upgrade project at Mountain Home Air Force Base in Idaho. The objective is to purchase and install over 180 approved security cameras and 16 viewing stations, utilizing a specified list of authorized equipment, which includes models such as the Vicon V2008-W-NL and Avigilon H5A IR PTZ. This procurement is critical for enhancing the base's security infrastructure, adhering to necessary standards, and ensuring compliance with security protocols. Interested contractors must submit their capabilities and SAM registration information via email to Elizabeth Hughes at elizabeth.hughes.5@us.af.mil, as this notice is a sources sought and not a solicitation.
    CAMERA,INFRARED,IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified vendors to supply infrared cameras under Solicitation Number SPE4A525Q1071. The procurement aims to acquire 111 units of the infrared camera, classified under the NAICS code 334519, with a focus on small business participation as it is a Total Small Business Set-Aside opportunity. These cameras are critical for various defense applications, ensuring operational effectiveness and safety. Interested vendors must respond by providing a surplus certificate or traceability documentation, with the solicitation expected to be available on June 5, 2025, via the DIBBS website. For further inquiries, vendors can contact Jason Dorsey at 804-279-6570 or via email at Jason.Dorsey@dla.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.
    High-Speed FLIR Camera, Hardware and Accessories Sources Sought
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Indian Head Division (NSWC IHD), is seeking to procure a High-Speed Forward Looking Infrared (FLIR) Camera System from Teledyne FLIR Commercial Systems, Inc. This procurement will be conducted as a Firm Fixed Price (FFP) supply contract on a sole source basis, as only one supplier meets the government's specific requirements under 10 USC 3204(a)(1) and FAR 6.302-1. The specialized equipment is crucial for the government's operational needs, emphasizing a streamlined approach to procurement. Interested parties must submit their correspondence by 3:00 p.m. EST on June 20, 2025, via email to Diane Hicks at diane.d.hicks.civ@us.navy.mil, with larger files needing to be compressed and renamed appropriately.
    Prime Cinema Camera Lenses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide two specific cinema lenses for use at Joint Base San Antonio-Randolph, Texas. The procurement includes one Cooke 75mm T2.2 Panchro/i Classic Prime Lens and one Cooke 32mm T2.2 Panchro/i Full Frame Prime Lens, which are essential for replacing existing equipment and must meet stringent specifications, including fixed focal lengths, a wide aperture range, full-frame capability, and compatibility with the Sony Venice camera system. These lenses are critical for military operations, requiring durability to withstand extreme environmental conditions and a lifetime warranty is highly recommended. Interested contractors must submit their qualifications, including business size status, by June 16, 2025, and can direct inquiries to Jermaine L. Coleman at jermaine.coleman.3@us.af.mil or Catherine Hardy at catherine.hardy@us.af.mil.