Notice of Intent to Sole Source to Teledyne FLIR
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

CAMERAS, MOTION PICTURE (6710)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source procurement action for service upgrades on three FLIR RS6780 Mid-Wave Infrared Cameras. The upgrade involves the installation of a Neutral Density (ND) Filter Wheel and the addition of ND-0, ND-01, and ND-03 filters, along with sensor calibration and system testing, which must be performed by the manufacturer, Teledyne FLIR, due to their unique qualifications and warranty stipulations. This procurement is critical for maintaining the operational capabilities of the cameras used by the 2nd Range Operations Squadron at Vandenberg SFB, CA. Interested parties wishing to challenge the sole source determination must submit an interest letter by February 7, 2025, at 1300 PST, to the designated contracting officers, Chris Hummel and Paul Baraldi, at the 30th Contracting Squadron.

    Point(s) of Contact
    No information provided.
    Files
    Lifecycle
    Title
    Type
    Similar Opportunities
    1680 - Various FMS repair requirements in support of F-18 ATFLIR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to award a sole-source contract for various Foreign Military Sales (FMS) repair requirements in support of the F-18 ATFLIR system. The procurement involves specific components, including an interconnecting box and a control converter, with quantities of four and one respectively, to be supplied by Raytheon Company under an existing Repair Basic Ordering Agreement (BOA). These components are critical for the operational readiness of the F-18 aircraft, and the government intends to proceed with the award based on the lack of competitive alternatives, as the necessary data for competitive solicitation is not available. Interested parties must submit capability statements by 4:00 PM Eastern Time on February 10, 2025, and can direct inquiries to Erin Dolan at 215-697-2995 or via email at erin.e.dolan11.civ@us.navy.mil.
    5998 - Various FMS repair requirements in support of F-18 ATFLIR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to fulfill various Foreign Military Sales (FMS) repair requirements in support of the F-18 ATFLIR system. The procurement involves a range of specific circuit card assemblies, filters, amplifiers, and other electronic components, primarily sourced from Raytheon Company under an existing Repair Basic Ordering Agreement (BOA). These components are critical for maintaining the operational readiness of the F-18 aircraft, and the government intends to award a sole-source contract due to the unique specifications and lack of competitive alternatives. Interested parties must submit capability statements by 4:00 PM Eastern Time on February 10, 2025, and can direct inquiries to Erin Dolan at erin.e.dolan11.civ@us.navy.mil or by phone at 215-697-2995.
    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.
    Intent to Award Sole/Single Source - ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for maintenance services on the ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System at Wright-Patterson Air Force Base in Ohio. The contract will cover on-site preventative and corrective maintenance, with the contractor responsible for all necessary personnel, tools, and materials, ensuring compliance with local, state, and federal regulations. This specialized equipment is critical for the AFRL's research and development efforts, necessitating expert maintenance from ThermoFisher Scientific, the original manufacturer and sole authorized service provider. Interested parties may submit capability statements or exceptions to the sole source intent by February 7, 2025, to Jason Sav at jason.sav@us.af.mil, with the contract period commencing on January 27, 2025.
    66--CAMERA,INFRARED,IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of four infrared cameras (NSN 6635017176286) intended for delivery to the Naval Air Systems Command. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the analytical laboratory instrument manufacturing sector. The procurement is critical for enhancing operational capabilities, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct inquiries to the buyer via email at DibbsBSM@dla.mil, with quotes due within 20 days after the award date.
    Intent To Sole Source -FUJI Digital Radiography System Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole source contract for parts related to the FUJI Digital Radiography System, crucial for the Joint Service Explosive Ordnance Disposal and Intelligence communities. The procurement aims to enhance the capabilities of the existing FUJI system, which is essential for the safe collection and transportation of Captured Exploitable Materiel (CEM) in both local and overseas environments. The parts required include the FUJI Dynamix Controller, various imaging plates, upgrades, film cassettes, and Hexalon Flex Screens, all vital for ensuring operational compliance and safety. Interested vendors must submit their capabilities by February 5, 2025, and direct inquiries to Kim Hagens at kim.t.hagens.civ@us.navy.mil.
    AN/MPN-14K Indicator Data Processor Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is planning to award a sole source contract for the modification of the AN/MPN-14K Indicator Data Processor. This procurement aims to fulfill specific agency requirements that can only be met by ARC Technology Solutions, LLC, as determined through prior market research. The AN/MPN-14K Indicator Data Processor is critical for radar equipment operations, ensuring effective search, detection, navigation, and guidance capabilities. Interested parties may submit a capability statement within 15 days of this notice, and inquiries can be directed to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil.
    SOLE SOURCE – AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs) Exercise Option Year One
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to exercise Option Year One for the sole source contract related to the AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs). This procurement involves providing on-site FSRs and off-site engineering support for the AN/ALQ-249 system at various locations, including Naval Air Station Patuxent River and international sites, ensuring operational readiness and maintenance of the system. The contract is critical for maintaining the capabilities of the U.S. Navy's electronic warfare systems, with Raytheon Company identified as the sole source due to its proprietary data and expertise. Interested parties may submit capability statements by February 6, 2025, at 12:00 PM Eastern, and should direct inquiries to David Harrell at david.l.harrell38.civ@us.navy.mil.
    Synopsis for AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) Laser 2
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to award a modification to the existing Engineering and Manufacturing Development (EMD) contract N0001920C0041 for the AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) Laser 2. This modification aims to update the Non-Recurring Engineering (NRE) scope to include Laser 2, which involves the development of Production Representative Models (PRMs) and prototypes for system qualification and testing. The procurement is critical as it pertains to electronic countermeasures, with DRS Systems, Inc. being the sole source for this requirement due to proprietary data and design ownership. Interested parties must direct inquiries to Contract Specialist Sarah Willis at sarah.m.willis10.civ@us.navy.mil, with responses due by February 14, 2025, as this is not a request for proposals and no contract will be awarded based on responses to this notice.
    Sensor DVE, Sidecar (R) Module Cable Assembly & Camera Set
    Buyer not available
    The Defense Logistics Agency (DLA-WRN) is planning to award a Firm-Fixed-Price contract for the procurement of specific items from DRS Network & Imaging Systems LLC, which is designated as the sole source for these products. The procurement includes a Digital Vehicle Enhancement (DVE) sensor, a Sidecar Module Cable Assembly, and a camera set, with quantities of 255, 254, and 10 respectively, intended for use in M109A7/M992A3 and Bradley A4 vehicles. This contract underscores the importance of these components in enhancing the operational capabilities of military vehicles, highlighting the structured federal contracting process reliant on specific suppliers. The solicitation is expected to be released on or around February 20, 2025, and interested parties can access it through FedBizOpps; for further inquiries, they may contact Muhammad Kah at Muhammad.kah@dla.mil or call 586-467-1203.