BRAND NAME OEM AVON: ARGUS MI-TIC S 30 HZ First Responder Thermal Imaging Camera
ID: N0040625Q0352Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 6:00 PM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for the procurement of the BRAND NAME OEM AVON ARGUS MI-TIC S 30 HZ First Responder Thermal Imaging Camera Kit. This firm fixed-price contract is specifically designated as a total small business set-aside, emphasizing the importance of supporting small enterprises, particularly those that are service-disabled veteran-owned, women-owned, or HUBZone businesses. The thermal imaging cameras are critical for enhancing operational capabilities within the Military Sealift Command, ensuring effective response in various scenarios. Interested offerors must submit their proposals by April 2, 2025, at 11:00 AM PDT, and all inquiries should be directed to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil or by phone at +1 564-230-2815.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
Mar 20, 2025, 3:06 PM UTC
The government document outlines a Request for Proposal (RFP) for the procurement of thermal imagers, specifically the Argus MI-TIC S 30 Hz camera kits. This solicitation, designated N0040625Q0352, is anticipated to result in a firm, fixed-price supply contract. It emphasizes that bids must be submitted by 11:00 AM on March 24, 2025, with clear guidance on submission requirements and invoice processes to be done electronically via Wide Area Workflow (WAWF). The document specifies that the contract will prioritize past performance alongside price and mandates that all exceptions to the solicitation's terms be noted by potential offerors. The delivery point for the equipment is the Military Sealift Command in San Diego, California, with detailed packaging and labeling instructions provided. Furthermore, the RFP incorporates various clauses that outline compliance requirements, including those related to cybersecurity, labor standards, and procurement restrictions on certain foreign products. This solicitation reflects the government’s commitment to acquiring necessary equipment while ensuring compliance with federal regulations and supporting small business engagement.
Mar 28, 2025, 7:05 PM UTC
The document is an amendment to a solicitation or contract, specifically modifying contract ID N0040625Q0352. The primary purpose of the amendment is to add information regarding authorized distributors, update the notice to offerers, and extend the submission deadline for offers to April 2, 2025, at 11:00 AM PDT. The Point of Contact (POC) is identified as Noah Ibrahim from NAVSUP FLC Puget Sound. The amendment outlines that all other terms and conditions from the original solicitation remain unaffected. Contractors must acknowledge receipt of this amendment to ensure their offers are considered. Failure to acknowledge by the specified deadline may lead to rejection of proposals. This document reflects procedural updates within the scope of federal contracting, emphasizing compliance and clear communication for potential offerors.
Mar 28, 2025, 7:05 PM UTC
The document outlines a federal solicitation (N0040625Q0352) for the procurement of two AVON thermal imagers intended for the Military Sealift Command. This acquisition will be a firm, fixed-price contract that does not allow for price adjustments due to increased costs from COVID-19 or inflation, placing risk on the contractor. Offerors must submit their proposals by 11:00 AM on April 2, 2025. The contract is reserved for small businesses, specifically those classified as service-disabled veteran-owned, women-owned, or HUBZone businesses. Invoices are to be submitted electronically via the Wide Area Workflow system. Deliverables are required to be packaged according to military specifications and delivered to a designated address in San Diego, with strict guidelines regarding notification and acceptance. The solicitation includes various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), emphasizing the importance of compliance with federal regulations throughout the contracting process. Notably, a brand-name requirement specifies that proposals must concentrate on AVON products. The document requests offerors to note any exceptions to the solicitation’s terms and includes instructions for ensuring base access for contractors. This procurement underscores the government’s strategic partnerships with small businesses in defense-related contracting.
Lifecycle
Title
Type
Similar Opportunities
FLIR
Buyer not available
The Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a firm fixed-price contract to supply FLIR systems, specifically identified by NSN 5855-01-518-8691, over a five-year period. The procurement requires an initial quantity of 175 units in Year 1, with subsequent annual quantities of 100 units for each of the following four years, totaling 575 units. This contract is a sole source requirement to L-3 Harris Cincinnati Electronics Corporation, emphasizing the critical nature of these systems for defense operations. Interested contractors must submit their proposals via email to Rodney Haygood by the extended deadline of May 23, 2025, as outlined in the solicitation SPRRA2-25-R-0003.
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.
67--CAMERA SYSTEM
Buyer not available
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.
FMS Support, AN/PVS-14 Night Vision Devices (NVDs), GEN III, Monocular, including accessories
Buyer not available
The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement of 700 AN/PVS-14 Night Vision Devices (NVDs), GEN III monoculars, as part of a Foreign Military Sales (FMS) initiative to Serbia. The contractor must adhere to stringent U.S. military specifications, including specific quality requirements for image intensifiers and compliance with various Federal Acquisition Regulations (FAR). This procurement is critical for enhancing military capabilities and ensuring operational readiness for allied forces. Interested small businesses must submit their proposals by noon EDT on May 21, 2025, and direct any inquiries to Contract Specialist Eric Polk at eric.w.polk3.civ@army.mil.
Flash Thermography
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Flash Thermography System under the Women-Owned Small Business (WOSB) contracting framework. The procurement aims to acquire a non-destructive inspection (NDI) system that includes a Mid-Wave Infrared camera, a flash illumination system, a ruggedized data acquisition computer, and advanced signal reconstruction software to enhance inspection capabilities at Tinker Air Force Base. This system is critical for ensuring safety and efficiency in maintenance processes within the Air Force. Interested vendors should note that the delivery requirement is set for July 21, 2025, and must comply with various federal procurement protocols. For further inquiries, contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
FMS support, AN/PVS-14 Night Vision Devices (NVDs), GEN III, Monocular With Accessories
Buyer not available
The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement of 215 AN/PVS-14 Night Vision Devices (NVDs), GEN III, Monocular, along with various accessories, under the Foreign Military Sales (FMS) case EN-B-UDW for Estonia. The contractor is required to deliver these devices in compliance with strict military specifications, including performance standards for image intensifiers and adherence to safety and operational protocols. This procurement is critical for enhancing military capabilities and ensuring compliance with international trade regulations. Interested small businesses must submit their proposals by Noon EDT on May 21, 2025, and can direct inquiries to Eric Polk at eric.w.polk3.civ@army.mil or Lonny J. Matesky at lonny.j.matesky.civ@army.mil.
BRAND NAME MANDATORY MK70 Scanners
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of MK70 Scanners through a combined synopsis/solicitation. This opportunity is aimed at acquiring commercial items under a firm fixed price (FFP) purchase order, with a focus on ensuring compliance with Federal Acquisition Regulation (FAR) guidelines and promoting inclusivity by encouraging bids from economically disadvantaged and women-owned businesses. The selected vendor will be evaluated based on technical specifications and pricing, with quotes due by May 9, 2025, at 10:00 AM EST. Interested vendors should submit their proposals to Jodi Fields at jodi.l.fields.civ@us.navy.mil, including essential company information such as DUNS number and Cage Code.
58--VIEWER,NIGHT VISION, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of night vision viewers, identified by NSN 7R-5855-015901553-QE, with a quantity of 138 units required. This procurement necessitates engineering source approval to ensure the quality of the parts, as the items are flight critical and require unique design capabilities and manufacturing knowledge from approved sources. Interested vendors must submit their proposals along with the necessary documentation for source approval, as the government intends to negotiate with only one source under FAR 6.302-1, with a deadline for submissions within 45 days of the notice. For further inquiries, interested parties can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL.
12--PERISCOPE,ARMORED V
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 41 units of the Armored V Periscope, identified by NSN 1240010739708. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The periscope is a critical component used in military applications, enhancing visibility and situational awareness for armored vehicles. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For further inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil.
58--CAMERA, VIDEO ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Video Camera Assembly. This contract requires the manufacture and design of the camera to meet specific technical requirements, including compliance with various quality assurance and packaging standards. The camera is essential for military operations, ensuring high-quality video recording capabilities for defense applications. Interested vendors can reach out to Danielle Dellisola at 717-605-4506 or via email at DANIELLE.DELLISOLA@NAVY.MIL for further details, with proposals expected to adhere to the outlined specifications and conditions.