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
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    Source Sought for MS177B HyperSpectral Imaging (HSI) imaging spectrometer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the modification of MS-177 legacy sensors to MS-177B sensors as part of a collaborative mission with an Air Force partner. The procurement aims to evaluate the ability and data rights needs for this project, with a particular focus on obtaining cost estimates for Unlimited Rights for Data related to the legacy MS-177 sensor, MS-177A, and MS-177B, as well as a breakdown of costs for various levels of data rights. This initiative is crucial for enhancing Intelligence, Surveillance, Reconnaissance, and Special Operations capabilities at Wright Patterson AFB in Ohio. Interested parties are requested to submit their cost estimates by December 8, 2025, at 4 PM EST, to Collin Harris via email at collin.harris.1@us.af.mil, with copies to john.heinl@us.af.mil and wayne.wolfe.3@us.af.mil.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    58--THERMAL IMAGING SYS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair and modification services for thermal imaging systems under a presolicitation notice. The requirement includes 23 units of NSN 7H-5855-014991240, with delivery terms set to FOB origin, and it has been determined that the government does not own the necessary data or rights for alternative sourcing, making reverse engineering uneconomical. These thermal imaging systems are critical for night vision applications, underscoring their importance in defense operations. Interested parties are encouraged to contact Ethan Lentz at (717) 605-2892 or via email at ETHAN.K.LENTZ.CIV@US.NAVY.MIL to express their interest and capability, with a 45-day window for proposal submissions following the notice publication.
    Camera, Infrared, Industrial/ DUN (WSDC) CONSOL PSE; PR: 7013332827 NSN: 6635-017176286
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of an Infrared Industrial Camera, with the associated National Stock Number (NSN) 6635-017176286. The agency seeks to gather capability statements from interested parties that can provide all necessary labor, materials, and equipment for the manufacture of this item, which includes aspects such as inspection, testing, and logistics management. This procurement is crucial for ensuring the availability of reliable imaging technology for defense applications. Interested vendors must submit their responses by 3:00 PM EST on December 8, 2025, to Melinda Johnson at Melinda.Johnson@dla.mil, as this opportunity is purely for informational purposes and does not constitute a formal solicitation.
    NOI to Sole Source for NVG Repair
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), intends to modify a sole source contract with SpaceX for continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The planned modification, valued at approximately $29.2 million, will extend the contract's performance period by one year, with an additional one-year option, and is expected to be awarded in December 2025. For inquiries, interested parties may contact the SDA Special Notice Coordinator via email at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    Synopsis for ATFLIR FMS BOA
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    HOUSING SECTION NIGHT VISION VIEWER AND LASER SOLID STATE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Delivery Contract (IQC) for the procurement of Housing Section Night Vision Viewers and Laser Solid State devices. This contract includes a base year period for two National Stock Numbers (NSNs): 5855-01-609-6204 for the Night Vision Viewer and 5860-01-618-0130 for the Laser, with estimated quantities of 1,400 and 4,140 units respectively. These critical application items are sole source to Intelligent Manufacturing Solutions LLC, and the procurement is set aside exclusively for small businesses, emphasizing the importance of maintaining a robust supply chain for defense-related technologies. Interested vendors should note that the solicitation will be available on DLA DIBBS starting November 24, 2025, and are encouraged to contact Juline Tenorio at 445-737-1904 or via email at JULINE.TENORIO@DLA.MIL for further information.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.