RAVEN SWIR Telescope
ID: F1STAB5199A001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9304 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, is conducting market research for the procurement of a PlaneWave Instruments SWIR Optimized Telescope. The requirement includes several specific components such as a 20” fused silica optics telescope, a specialized focuser, a motorized rotator, a controller kit, VIS SWIR BAR coating, and camera/instrument adaptation, all of which must be securely packaged for protection. This procurement is crucial for military applications, ensuring optimal performance and safety standards in testing environments. Interested contractors should note that responses are voluntary and that the delivery deadline for the required equipment is December 31, 2025. For further inquiries, potential respondents can contact Jenny L. Meadlin at jenny.meadlin@us.af.mil or Carlos A. Barrera at carlos.barrera.8@us.af.mil.

    Point(s) of Contact
    Jenny L. Meadlin
    jenny.meadlin@us.af.mil
    Carlos A. Barrera
    (661) 277-8438
    (661) 277-0470
    carlos.barrera.8@us.af.mil
    Files
    Title
    Posted
    The U.S. Air Force Test Pilot School (TPS) is seeking a PlaneWave Instruments SWIR Optimized Telescope as part of a Request for Proposal (RFP) effective from May 13, 2025. The RFP specifies the procurement of various telescope components, including a 20” fused silica optics telescope, a specialized focuser, a motorized rotator, controller kit, VIS SWIR BAR coating, and adaptation for camera/instrument integration. All items must be securely packaged with poly foam and removable screws for protection. The contractor is required to fulfill this order by December 31, 2025. This document outlines the scope, requirements, specifications, and delivery timeline for the telescope, reflecting the careful planning and detailed specifications typical in government contracting to ensure optimal performance and safety standards in military applications.
    Lifecycle
    Title
    Type
    RAVEN SWIR Telescope
    Currently viewing
    Sources Sought
    Similar Opportunities
    Satellite Optics
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking information from potential sources for small satellite survey optics as part of a Request for Information (RFI). The objective is to identify fast, moderate-to-large aperture space telescopes suitable for deployment on Evolved Secondary Payload Adapter (ESPA)-class small satellites, aimed at enhancing optical space domain awareness (SDA) capabilities. These optics are critical for detecting objects at significant ranges while maintaining a wide field of view, with specific technical requirements including an aperture diameter of 0.1m to 0.5m, F/3 or less, and a mission life of three years or more in various orbital regimes. Interested parties are encouraged to submit a Capabilities Statement by email to Richard Waterstreet at richard.j.waterstreet2.civ@us.navy.mil, detailing their qualifications and relevant past performance, with responses due by the specified deadline. This RFI does not constitute a formal solicitation, and no awards will be made from this announcement.
    EYE PIECE ASSEMBLY, OPTICAL INSTRUMENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking suppliers for the procurement of an Eyepiece Assembly for optical instruments, identified by NSN 1240-01-131-0321 and part number 12309652. The requirement includes a basic quantity of 25 units, with an option for an additional 25 units, and will be awarded as a Firm-Fixed-Price contract with delivery to a designated destination. This optical equipment is crucial for military applications, emphasizing the importance of precision in sighting and ranging operations. Interested vendors must ensure they are certified under the United States/Canada Joint Certification Program (JCP) to access the Technical Data Package (TDP) and should prepare for a solicitation notice expected to be posted on or around November 14, 2025. For further inquiries, potential bidders can contact Alexandra Stone at alexandra.stone@dla.mil or by phone at 586-230-7255.
    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.
    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.
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    Custom mid-infrared lenses for laser beam expander
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure custom mid-infrared lenses for a laser beam expander, with the intention of issuing a sole source contract to Vertex Optics, Inc. The procurement requires the contractor to supply three specific types of lenses: Lightpath BD6 chalcogenide glass lenses and Cleartran Zinc Sulfide lenses, each with detailed specifications outlined in the associated Statement of Work. This equipment is critical for NASA's operations at the Goddard Space Flight Center, and the period of performance for the project is set at 16 weeks after receipt of order. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 3:00 p.m. Central Standard Time on December 8, 2025, to be considered for this procurement.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.