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
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    JTE Mast
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of five units of the JTE Mast (NSN: 5985-01-599-0123 FD). This procurement requires adherence to specific preservation, packaging, and marking standards, including compliance with MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking, ensuring the safe handling and identification of materials throughout shipment and storage. The JTE Mast is critical for military operations, and contractors must submit a Counterfeit Prevention Plan within 30 days of contract award, following SAE AS5553 standards. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details and clarification on the solicitation process.
    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.
    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.
    59--MAST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of NSN 5985017224191 MAST, with the possibility of establishing an Indefinite Delivery Contract (IDC) for one year or until the total orders reach $350,000. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), with an estimated three orders per year and a guaranteed minimum quantity of one. This procurement is crucial for maintaining operational readiness and support for military communications systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    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.
    Aviation Borescope
    Dept Of Defense
    The Department of Defense, specifically the Nebraska Army National Guard (NEARNG), is seeking quotes for the procurement of one Everest Mentor Flex borescope, as outlined in a combined synopsis and solicitation notice. The borescope must meet specific technical requirements, including dimensions, electrical specifications, and image resolution, and is essential for maintenance tasks as per the LUH-72 Turbomecha maintenance manual. Interested small businesses are encouraged to submit their quotes, with a deadline for submissions set for 10:00 a.m. on January 5, 2026, and questions due by 10:00 a.m. on December 22, 2025. For further inquiries, potential bidders can contact Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or by phone at 402-309-8294.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    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.