Photography, Photocopy & Microfilm Equipment
ID: N6833524Q0047-14Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

PSC

CAMERAS, STILL PICTURE (6720)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the procurement of Photography, Photocopy & Microfilm Equipment. This equipment is typically used for capturing and reproducing still pictures, photocopies, and microfilm documents. The procurement will take place at Joint Base MDL in New Jersey, USA. The notice is set aside for small businesses, with the intent to establish Blanket Purchase Agreements (BPAs) with multiple small business vendors. The BPAs will be used to acquire supplies and services on an as-needed basis. Interested companies are invited to submit their qualifications and capabilities statement within the next 120 days. The government will make payments using government credit cards or through the Wide Area Workflow (WAWF) system. Individual call orders shall not exceed the Simplified Acquisition Threshold or $7.5M for commercial products or services. Companies are advised to actively participate in the program to retain their BPA. Interested parties should provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification in the System for Award Management (SAM). Delivery will be FOB Destination to Lakehurst, NJ. The deadline for submission of documentation is April 11, 2024, 5:00 pm (EST). For more information, contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    67--CAMERA SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of a CAMERA. The CAMERA is typically used for photographic equipment purposes. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any subsequent amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    CAMERA SET
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting quotations for the procurement of five camera sets, identified by National Stock Number (NSN) 5895-01-691-4051, with a manufacturer part number of 1004062-101. This Request for Quotation (RFQ) is open to all businesses and emphasizes compliance with federal and local regulations, including military standards for preservation and marking of the equipment. The procurement is critical for maintaining operational capabilities, and interested vendors must ensure timely submission of their quotations, adhering to the specified guidelines, with inquiries directed to Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203.
    17--MONO CAMERA,DOME LO, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure five units of a mono camera, dome low, for repair and modification purposes. This procurement is classified under the National Stock Number (NSN) 7R-1710-015845460-EY and is critical for flight operations, necessitating government source approval prior to contract award. The government intends to negotiate with only one source due to the specialized nature of the item, and interested parties must submit their qualifications and capability statements by the specified deadline, with proposals being considered within 45 days of the notice. For further inquiries, Alexis K. Healy can be contacted at (215) 697-1143 or via email at ALEXIS.HEALY@NAVY.MIL.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    58--CAMERA-RECORDING,VI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 80 units of the CAMERA-RECORDING,VI, identified by NSN 5836016863116. This procurement is critical for enhancing situational awareness in combat situations, particularly for the BAE Amphibious Combat Vehicle (ACV), as it includes essential camera systems that improve operator visibility. The estimated total value for this procurement is approximately $7.43 million, and interested parties must submit their quotes electronically by the specified deadline. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    6640--Copy of Research Equip - Hamamatsu Orca Quest Camera - LA | EDA: 12/31/2024
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of an ORCA-Quest 2 Digital qCMOS Camera Kit and a Firebird CoaXpress Interface Kit, intended for delivery to the West Los Angeles VA Medical Center. This acquisition aims to enhance laboratory capabilities within the Veterans Health Administration, emphasizing the importance of advanced imaging technology in medical research and diagnostics. Interested vendors should note that offers are due by October 22, 2024, at 3 PM EDT, and must be submitted via email to the Contracting Officer, Ann Marie Stewart, at ANNMARIE.STEWART@VA.GOV. The solicitation encourages participation from small businesses, including service-disabled veteran-owned and women-owned entities, while adhering to federal acquisition regulations.
    Wicks and Wilson C-400 Series Aperture Scanner Services
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking Wicks and Wilson C-400 Series Aperture Scanner Services. These services are intended for Southwest Regional Maintenance Center (SWRMC), Code 205C in San Diego, CA. The required services include CM-C400-DMC Depot Level Preventive Maintenance and CM-C400-SMC Annual Software Support for the existing Wicks and Wilson C-400 Series Aperture Scanner. The Crowley Company, the original equipment manufacturer (OEM), is the only authorized source to provide these services. Interested vendors must provide documentation indicating their capability to provide this product or equivalency. Responses must be submitted via email to kaylee.a.dicamillo.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil by 3:00 PM, PST, on December 8, 2023.
    CAMERA, DECK TV
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the CAMERA, DECK TV. The procurement requires a firm-fixed price for the repair services, with a Repair Turnaround Time (RTAT) of 120 days after receipt of the asset, emphasizing the need for timely and efficient service. This equipment is crucial for naval operations, and the selected contractor must adhere to strict quality assurance and inspection standards as outlined in the solicitation. Interested contractors should submit their quotes electronically to Alexander Davies at alexander.m.davies6.civ@us.navy.mil, with a minimum quote validity of 90 days and the potential for an option quantity increase of up to 100% within 365 days of contract award.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.