BRAND NAME OEM AVON: ARGUS MI-TIC S 30 HZ First Responder Thermal Imaging Camera
ID: N0040625Q0352Type: Presolicitation
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 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Mar 21, 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
Thermal Sight and Accessories
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of Thermal Sight and Accessories through a Combined Synopsis/Solicitation. This opportunity is aimed at acquiring advanced thermal sighting equipment and related accessories, with a focus on enhancing military capabilities in detection and navigation. The goods are critical for night vision operations and other tactical applications, ensuring operational effectiveness in various environments. Interested small businesses are encouraged to submit their proposals, as this contract is set aside for total small business participation, with inquiries directed to Jeffrey Holguin at jeffrey.g.holguin.mil@army.mil or Joy Davis at joy.l.davis18.civ@army.mil.
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.
Camera System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a camera system through a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses under the SBA guidelines and falls within the NAICS code 334310, which pertains to Audio and Video Equipment Manufacturing. The camera system is essential for various military applications, enhancing operational capabilities in video recording and reproducing. Interested vendors can reach out to Karen Zahn at karen.l.zahn.civ@army.mil or call 928-328-2008 for further details regarding the submission process and any inquiries related to the opportunity.
58--CAMERA,TELEVISION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 157 units of a television camera, identified by NSN 5820016660967. This solicitation is a source-controlled drawing item, meaning that the items must meet specific requirements outlined in the associated drawings, with the approved source being H1H24 0174001. The procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in defense contracting. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
67--CAMERA,RECONNAISSAN
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four reconnaissance cameras under solicitation number NSN 6720016707299. The cameras are essential for military operations, providing critical photographic equipment necessary for reconnaissance missions. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 137 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil for further information regarding the solicitation process.
DC Gear
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of firefighting equipment to enhance operational readiness at the Naval Submarine Base in Groton, Connecticut. The solicitation, identified as N62789-25-Q-0011, includes the provision of twenty SuperPass 5 devices, one custom USB data download cable, and seven Teledyne-Flir Model K45 thermal imagers, all of which must comply with National Fire Protection Association (NFPA) standards. This procurement is critical for improving damage control capabilities within the Navy, ensuring safety and efficiency in firefighting operations. Interested small businesses must submit their proposals electronically by 5:00 PM EST on April 25, 2025, to the designated contacts, Stephanie Brass and Stephanie Neale, at the provided email addresses.
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.
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.
58--CAMERA,W/O ASSY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of a camera without assembly (CAMERA,W/O ASSY). The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 80 days, with all repairs to be conducted in accordance with specified quality standards and operational requirements. This equipment is critical for various defense applications, emphasizing the importance of timely and effective repair services. Interested contractors should submit their quotes, including pricing and RTAT, to Sarah R. Haley at SARAH.R.HALEY2.CIV@US.NAVY.MIL or by phone at 717-605-3550, with all submissions adhering to the outlined specifications and deadlines.