Gimbal
ID: FA860126Q0001Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Quickset Gimbal system to be delivered and installed at Wright-Patterson Air Force Base, Ohio. This procurement is a 100% small business set-aside under NAICS code 334516, with the objective of acquiring a system that stabilizes and controls a collection of hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for educational purposes in Optical Engineering and Applied Physics courses. The selected vendor must meet specific technical requirements, including a minimum payload capacity of 1200 lbs and an IP67 environmental rating, with a contract period of performance of six weeks post-award. Quotes are due by December 19, 2025, at 1:00 PM EST, and interested parties should direct inquiries to Bryson Pennie and Linh Jameson via email before December 16, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Institute of Technology (AFIT) seeks to purchase a Quickset Gimbal system to stabilize and precisely control its $9M collection of hyperspectral, multispectral, and high-speed remote sensing instruments. This system is crucial for supporting over a dozen courses in Optical Engineering and Applied Physics, facilitating practical application of learned skills, and aiding teaching activities in various AFIT Physics and Optical Engineering classes. The required gimbal system must meet specific technical requirements, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating. The vendor must deliver and install the system within six weeks of contract award at Wright-Patterson AFB, OH, with 100% payment upon completion and a two-year warranty.
    The Air Force Institute of Technology (AFIT) seeks to purchase a Quickset Gimbal system to support its hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for classroom projects and student research in Optical Engineering and Applied Physics programs. The system must meet stringent requirements, including a minimum payload capacity of 1200 lbs, pan and tilt ranges of motion of ±200° and 180° respectively, precise speed control, and a repeatability of 0.05°. It also requires active stabilization for 0.25Hz disturbances, an IP67 environmental rating with an operating temperature range of -30°C to +55°C, and RS232/422/485 & Ethernet 10/100 Base-T communication interfaces supporting Quickset PTZ Protocol. The vendor is responsible for delivery, installation, and on-site coordination at Wright-Patterson AFB, OH, within six weeks of contract award. A two-year warranty is required, and payment will be 100% upon completion, processed via Wide Area Work Flow on a net 30 basis.
    This 'SOURCES SOUGHT – Gimbal' document is a request for information from potential contractors regarding their capabilities and business details for a potential Air Force acquisition. It seeks comprehensive company information including ownership, socio-economic status, CAGE Code, and warranty details. For small businesses, it specifically asks for plans to meet FAR clause 52.219-14 (Limitations on Subcontracting) if the acquisition is set aside. For all respondents, it requests feedback on areas suitable for small business subcontracting if not a set-aside. Additionally, it requires a capability survey covering manufacturing location, facility capabilities, staff, past project experience, any product/service limitations, and commerciality information, including market prices and terms for government versus commercial sales. The overall purpose is to gather data to inform the Air Force's acquisition strategy for the Gimbal requirement.
    The AFLCMC/PZI Installation Contracting Support at Wright Patterson AFB, OH, has issued a combined synopsis/solicitation (FA860126Q0001) for a Quickset Gimbal. This is a 100% small business set-aside under NAICS 334516, seeking a Firm Fixed Price (FFP) contract. Quotes are due by December 19, 2025, at 1:00 PM EST, and must be submitted electronically to Bryson Pennie (Bryson.pennie@us.af.mil) and Linh Jameson (linh.jameson@us.af.mil). Questions regarding the solicitation will be accepted until December 16, 2025, at 1:00 PM EST. Offerors must be registered in SAM.gov, and quotes must conform to the Statement of Work and include all representations and certifications. The period of performance is 6 weeks after contract award.
    Lifecycle
    Title
    Type
    Solicitation
    Gimbal
    Currently viewing
    Sources Sought
    Similar Opportunities
    Rate Gyroscope CN-1552/A and CN-1564/A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the repair services of Rate Gyroscopes CN-1552/A and CN-1564/A, which are critical components for ensuring operational readiness. The procurement involves a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period, with a focus on testing, inspection, and both major and minor repairs of the gyroscopes. These gyroscopes play a vital role in navigation and guidance systems, underscoring their importance in military operations. Interested vendors must submit their quotes electronically by 2:30 PM EST on December 23, 2025, and can direct inquiries to Contract Specialist Alyson Scholz at alyson.n.scholz.civ@army.mil.
    high-speed, high dynamic range, thermal imaging system
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for a high-speed, high dynamic range thermal imaging system. This system is intended to operate in the medium-wavelength infrared (MWIR) band and is crucial for advancing research capabilities at the Air Force Institute of Technology (AFIT), particularly in graduate optical engineering labs and ongoing defense-centered projects. Interested firms are required to submit a capability statement electronically to the designated contacts by December 15, 2025, at 11:00 AM EST, with all submissions becoming government property and subject to specific formatting guidelines. For further inquiries, interested parties can reach out to Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    66--INDICATOR,GYRO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three gyro indicators (NSN 6605000867527). This procurement is part of a total small business set-aside initiative and aims to fulfill specific military requirements for navigation and guidance systems. The selected supplier will be responsible for delivering the indicators to DLA Distribution San Joaquin within 155 days after order placement. 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.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    66--GYRO ASSEMBLY,NAVIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 16 units of the Gyro Assembly, Navigation (NSN 6605-25-161-6439). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential navigation equipment that plays a critical role in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 76 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    GUIDED MISSILE LAUNCHER DETENT ASSEMBLY / 01F, LGM-30 MINUTEMAN III MISSILE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the Guided Missile Launcher Detent Assembly, specifically for the LGM-30 Minuteman III missile. This procurement is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 480 days after order placement. The item is critical for missile operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113, and the solicitation will be available on or about November 18, 2025, via the DLA Internet Bid Board System (DIBBS).