Pan and Tilt Camera System
ID: N6426725Q4052Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotations for a Pan and Tilt Camera System, specifically requiring six units of a Pan/Tilt PTZ Camera Assembly and a Rugged Unicom Joystick. This procurement aims to enhance operational platforms with advanced surveillance capabilities, adhering to stringent technical specifications and environmental durability standards. The contract will be awarded as a Firm Fixed Price (FFP), with delivery expected within 60 days post-award, and is set aside for small businesses under the SBA guidelines. Interested vendors should contact Mia Barela at maria.p.barela3.civ@us.navy.mil or Steve Cortes at Steve.Cortes.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center (NSWC) Corona Division is seeking proposals for the WISSv5 MPT-90 Pan & Tilt Positioner Kit System, aimed at supporting the Weapons Impact Scoring Set (WISS) program. The procurement includes a Pan/Tilt PTZ Camera Assembly and a Controller Joystick, both with specific salient characteristics. The camera must offer a 60x optical zoom, 2MP resolution or higher, low light sensitivity, and stabilization features, while the joystick must integrate seamlessly with the camera for full functionality. The system must be rugged, ensuring operational effectiveness under harsh environmental conditions with a wide range of temperature tolerance. The cameras are required to provide reliable video output and operate continuously, utilizing robust materials to resist corrosion and damage. Delivery is expected within 60 days after receipt of order, to NSWC Corona, California, where technical inspection and acceptance will be conducted. This document outlines the requirements for contractors to supply high-quality telecommunications hardware, essential for enhancing defense capabilities.
    The document is a Request for Quotation (RFQ) from the Naval Surface Warfare Center Corona Division for a Pan and Tilt Camera System. It specifies the need for six each of a Pan/Tilt PTZ Camera Assembly and a Rugged Unicom Joystick to support its operational platforms. The RFQ outlines significant technical requirements for the camera system, including optical specifications, environmental durability, and system integrations, emphasizing that no alternatives will be accepted. The contract is structured as a Firm Fixed Price (FFP), requiring the contractor to be the original equipment manufacturer or an authorized distributor. Delivery to the government site must occur within 60 days after contract award. The document also details compliance with applicable federal regulations, packaging and marking requirements, inspection processes, and includes clauses related to subcontracting, labor standards, and payment methods. This RFQ illustrates the government’s initiative to procure specialized technological equipment while ensuring compliance with regulatory standards and fostering small business participation as it emphasizes a focus on delivering advanced surveillance capabilities within strict technical and operational guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Digital Video Surveillance System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is preparing to release a Request for Proposal (RFP) for engineering and technical services related to the design, development, and implementation of a Digital Video Surveillance System (DVSS) for DDG Modernization and SCN Ships. This system is crucial for monitoring remote or unmanned engineering spaces and is already operational on new construction vessels such as the USS John Finn (DDG 113). The anticipated contract will be a Firm-Fixed-Price Supply/Services, Indefinite-Delivery-Indefinite-Quantity (IDIQ) single award, with an initial one-year period and four optional extensions, with contract awards expected in September 2024. Interested parties should monitor the Federal Business Opportunities website for updates and may contact Victoria Purcell at victoria.purcell.civ@us.navy.mil for further inquiries.
    4K Security Camera System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a 4K Security Camera System to be installed at Beale Air Force Base in California. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at enhancing security measures and operational efficiency by providing advanced surveillance capabilities for tool accountability and personnel identification. The system will include eight indoor cameras with high-resolution recording and extensive storage capabilities, addressing current inadequacies in the existing visual monitoring setup. Interested vendors must submit their quotes by noon PST on March 18, 2025, and can direct inquiries to David Wadkins at david.wadkins@us.af.mil or SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil.
    58--CAMERA,TELEVISION,S
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of television cameras and related equipment. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing. The goods are critical for various defense applications, ensuring effective communication and surveillance capabilities. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    58--THERMAL IMAGING SYS
    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 Thermal Imaging Systems. The contract will require compliance with various specifications, including MIL-STD packaging and government source inspection, and will be awarded on a firm-fixed-price basis. These systems are critical for military applications, enhancing capabilities in search, detection, navigation, and guidance. Interested vendors must submit their quotes electronically to Matthew B. Takach at MATTHEW.B.TAKACH.CIV@US.NAVY.MIL, ensuring they meet the outlined requirements and provide necessary documentation to demonstrate authorized distributor status. The procurement process emphasizes the importance of traceability and compliance with quality assurance standards.
    16--TURRET FLIR UNIT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Turret FLIR Unit. The procurement requires contractors to provide comprehensive repair, testing, and inspection services to restore the unit to a Ready for Issue (RFI) condition, ensuring compliance with specified military standards and quality requirements. This opportunity is critical for maintaining operational readiness of military equipment, as the Turret FLIR Unit plays a vital role in surveillance and targeting systems. Interested contractors should direct inquiries to Marisa Tetkowski at 215-697-2644 or via email at MARISA.TETKOWSKI@NAVY.MIL, with proposals expected to adhere to the outlined requirements and timelines.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Buyer not available
    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.
    Communication/Octopus Cable Assemblies and Associated Connectors
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of communication and octopus cable assemblies along with associated connectors under Request for Quotation (RFQ) N0016725Q0063. This procurement aims to secure a firm fixed price (FFP) purchase order for specific brand name products, although vendors may propose equivalent items, which may not be considered for competition. The goods are critical for maintaining reliable communication systems within naval operations, ensuring effective functionality in defense activities. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil by February 24, 2025, as the evaluation will follow the lowest price technically acceptable (LPTA) method.
    58--THERMAL IMAGING SYS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of Thermal Imaging Systems through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to ensure that the repaired systems meet operational and functional requirements as specified by designated Cage Codes and reference numbers, adhering to strict quality assurance and inspection protocols. These systems are critical for various defense applications, enhancing capabilities in search, detection, navigation, and guidance. Interested contractors should submit their proposals via NECO or email, and for further inquiries, they can contact Alexandra R. Durham at 717-605-6457 or via email at ALEXANDRA.R.DURHAM.CIV@US.NAVY.MIL.