Camera, Housing and Mount
ID: W519TC24Q2448Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

PHOTOGRAPHIC EQUIPMENT AND ACCESSORIES (6760)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of specialized camera housing and mounting solutions through a combined synopsis/solicitation. The requirement includes ten units of Spectrum explosion-proof fixed cameras and their corresponding wall mounts, which are essential for operations in hazardous locations and must comply with military standards. This procurement is set aside for small businesses, emphasizing the importance of maintaining a steady supply of compatible equipment for effective operations. Interested contractors must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by September 19, 2024, at 10:00 AM CDT, and ensure they are registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Justification for Brand Name and Sole Source Acquisitions under Simplified Acquisition Procedures (SAP) for federal contracts exceeding $3,500 but below the Simplified Acquisition Threshold (SAT). It states that acquisitions may be limited to a single source if properly justified by the contracting officer, with specific information required from the customer. Essential details include project/task numbers, estimated costs, and descriptions of the required supplies. In the case presented, the customer requests ten Spectrum F112 enclosures and Bosch cameras, stating these items are uniquely suited for hazardous locations due to compatibility and regulatory certifications. The justification emphasizes that similar systems ensure part compatibility and prevent excessive operational costs, which is critical for the effective functioning of explosive operations. The document concludes with a statement recommending the removal of barriers to competition and the necessity of maintaining a steady supply of compatible equipment. Overall, it emphasizes the importance of these components for governmental operations and the rationale for not pursuing broader competition for this specific acquisition.
    The document serves as a solicitation for commercial items under solicitation number W519TC24Q2448, issued by the Army Contracting Command in Rock Island, IL, due on September 18, 2024, at 10:00 AM. It details the requirement for the procurement of ten units each of Spectrum explosion-proof fixed cameras and their corresponding wall mounts. The equipment must comply with specific military standards, including unique identification and valuation. Inspection and acceptance terms state that the government will perform these at the destination, with delivery scheduled for October 3, 2024, at the McAlester Army Ammunition Plant. The document incorporates various federal acquisition regulations which govern the contract, including clauses related to payment procedures, contractor responsibilities, and compliance with specific statutes. The solicitation emphasizes the importance of submission by small businesses, detailing that it is set aside for small business concerns, including those owned by service-disabled veterans. This procurement process reflects government efforts to ensure compliance and promote participation from small businesses within defense contracting.
    This document is an amendment to a federal solicitation related to contracts overseen by the Army Contracting Command in Rock Island, Illinois. The amendment updates the description of a Contract Line Item Number (CLIN) 0002, changing the obsolete lens part number from LVF5005CS4109 to the new part number EG3Z3915FCS-MPWIR. Additionally, the deadline for offer submissions has been extended from September 18, 2024, at 10:00 AM to September 19, 2024, at 10:00 AM CDT. The revised item description includes details about a brand-specific product offered by Spectrum Camera Solutions, LLC, which involves a hazardous area fixed aluminum housing with a specified camera and lens. The amendment emphasizes the importance of acknowledging receipt of the update as part of the offer submission process, indicating that failure to do so may lead to rejection. This amendment serves to clarify the requirements and ensure that contractors are aware of the changes, thereby facilitating accurate submissions in compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Camera, Housing and Mount
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    66--PERISCOPE,ARMORED V
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 181 units of the Armored V Periscope (NSN 6650013027684). The delivery of these items is required at DLA Distribution Red River, with specific timelines of 72 days and 30 days after order placement for different line items. The Armored V Periscope is a critical component used in military applications, enhancing visibility and situational awareness for armored vehicles. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil.
    10--HOUSING ASSY,SENSOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Housing Assembly, Sensor (NSN 1025016061024). The requirement includes two lines: 66 units to be delivered within 197 days and 1 unit to be delivered within 90 days to DLA Distribution. These components are critical for military applications, specifically within the small arms and ordnance manufacturing sector. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically by the specified deadlines, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    10--CAM ASSEMBLY,VERTIC
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of CAM Assembly, Vertic, identified by NSN 1010011236705. The requirement includes two lines: 113 units to be delivered to DLA Distribution San Joaquin within 602 days after order (ADO) and 1 unit within 120 days ADO. This procurement is critical for maintaining operational readiness and support for military weapon systems, as it falls under the Small Arms, Ordnance, and Ordnance Accessories Manufacturing category. Interested small businesses are encouraged to submit their quotes electronically, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil, with the submission deadline specified in the solicitation document.
    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.
    12--PERISCOPE SUBASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
    MOUNT ASSEMBLY,CAME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and maintenance of the Mount Assembly, Came, a critical component used in aircraft operations. The contractor will be responsible for overhauling, upgrading, and returning the item to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards outlined in the Statement of Work. This procurement is vital for ensuring the operational readiness of Navy aircraft, with an estimated response time for proposals set at 87 days. Interested parties can contact Jessica L. Harpel at 215-697-2995 or via email at jessica.l.harpel2.civ@us.navy.mil for further details.
    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.
    Night Vision Devices (NVD) - AN/PVS-14
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Communications-Electronics Command (CECOM), is seeking proposals for the procurement of commercial equivalent AN/PVS-14 Night Vision Devices (NVD), along with an Extended Warranty, Accessories, Test Sets, and Tool Sets. This requirement is crucial for supporting Foreign Military Sales (FMS) to Lithuania and falls under the category of night vision equipment, which is vital for enhancing operational capabilities in various military applications. The solicitation, identified as W91CRB-26-R-5002, is expected to be released on or about December 18, 2025, and will be set aside for small businesses, with the contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties should direct inquiries to Rem D. Ngo at Rem.D.Ngo.civ@army.mil and monitor SAM.gov for updates and additional documents related to the solicitation.
    10--COVER,GUN MOUNT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 70 units of the COVER, GUN MOUNT (NSN 1005016909692). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 10 units. The items are critical for military applications and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.