Flash Thermography
ID: A25-005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Flash Thermography System under the Women-Owned Small Business (WOSB) contracting framework. The procurement aims to acquire a non-destructive inspection (NDI) system that includes a Mid-Wave Infrared camera, a flash illumination system, a ruggedized data acquisition computer, and advanced signal reconstruction software to enhance inspection capabilities at Tinker Air Force Base. This system is critical for ensuring safety and efficiency in maintenance processes within the Air Force. Interested vendors should note that the delivery requirement is set for July 21, 2025, and must comply with various federal procurement protocols. For further inquiries, contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Oklahoma City Air Logistics Complex is seeking proposals for the acquisition of a Flash Thermography non-destructive inspection (NDI) system, specified in the document as crucial for operational efficiency. The requested system includes a Mid-Wave Infrared (MWIR) camera with precise specifications such as a 640x500 resolution and advanced cooling features. Additionally, the system requires a flash illumination setup capable of adequately lighting a substantial surface area and a ruggedized data acquisition computer with significant processing power and storage capacity. Furthermore, comprehensive signal reconstruction software is needed for data processing, including various image manipulation and archiving functionalities. This project underlines the Air Force's ongoing commitment to technological advancement in defense capabilities and highlights necessary specifications for potential suppliers in line with government RFP standards.
    The Oklahoma City Air Logistics Complex (OC-ALC) at Tinker Air Force Base is soliciting proposals for a Flash Thermography Non-Destructive Inspection (NDI) system. The request includes specifications for a Mid-Wave Infrared (MWIR) camera, requiring a high-resolution InSb Focal Plane Array (FPA) and specific lens and digital output capabilities. Additionally, the system must feature a flash illumination component with programmable controls and an external triggering option, alongside a rugged data acquisition computer equipped with substantial storage and processing power. The accompanying software must support various signal reconstruction functions, including data file conversion and image processing capabilities. This initiative underscores the Air Force's commitment to enhancing technical inspection methods to ensure safety and reliability in aircraft operations.
    The 76th Aircraft Maintenance Group (AMXG) at Tinker Air Force Base seeks to procure one Flash Thermography non-destructive inspection (NDI) system. The specification outlines essential requirements for the system, including a Mid-Wave Infrared camera with specific detector and lens characteristics, as well as a flash illumination system capable of providing effective surface lighting for inspections. Additionally, a ruggedized data acquisition computer with high processing power and ample storage is required to manage and analyze captured data. The system should also include advanced signal reconstruction software, allowing for various image analysis functions and data archiving in specific formats. This request aligns with operational needs to enhance inspection capabilities within the Department of the Air Force, ensuring safety and efficiency in maintenance processes.
    The document serves as a solicitation for a Flash Thermography System under the Women-Owned Small Business (WOSB) contracting framework. It details the requisition number, contract specifics, and solicitation information necessary for businesses to respond effectively. The main product sought is a Flash Thermography System, with a delivery requirement set for July 21, 2025. The procurement process is classified as unrestricted and adheres to the North American Industry Classification System (NAICS) standards. Key points include the stipulation that no award will be made until funding is available, along with guidelines on delivery procedures to Tinker Air Force Base, emphasizing proper access routes and compliance with contractor ID badge requirements. The document also specifies various compliance requirements, including contract management, payment instructions via the Wide Area WorkFlow system, and numerous Federal Acquisition Regulation (FAR) clauses relevant to this contract. Overall, the document underscores the commitment to support small businesses, particularly women-owned entities, while ensuring compliance with federal procurement protocols for acquiring specialized equipment.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Flash Thermography
    Currently viewing
    Sources Sought
    Similar Opportunities
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    Brake Temperature Monitoring System
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) for a Fixed Wing Brake Temperature Monitoring System (BTMS). The objective is to identify potential sources capable of providing engineering services to design, install, and integrate a low-cost, non-invasive BTMS for HC/AC/MC-J aircraft, which must include digital temperature readouts and overheat alerts while being compliant with Night Vision Imagery System standards. This system is critical for enhancing aircraft safety and operational efficiency, with installation and integration expected to be completed by March 2026. Interested contractors are encouraged to respond by December 22, 2025, and should direct inquiries to Philip Earthly at philip.earthly.1@us.af.mil. Please note that this RFI is for information and planning purposes only, and the government will not reimburse any expenses incurred in response to this request.
    58--THERMAL IMAGING SYS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    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.
    DETECTOR, ICE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of ice detectors for the F-15 aircraft, specifically the NSN 6340-01-359-3208. This contract, which is an Indefinite Quantity Contract with a term of six months, requires an estimated annual quantity of 160 units and includes government First Article Testing (FAT) as well as compliance with export control regulations. The selected supplier will be responsible for delivering these critical application items, with the solicitation expected to be issued around December 8, 2025. Interested parties should prepare their proposals and contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    F-35 VDATS NAI API
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of the F-35 VDATS NAI API, with a focus on small businesses as this opportunity is set aside for total small business participation. The procurement involves a firm fixed-price contract for specific equipment, including instrument simulators and position indicators, with a delivery timeline not exceeding 120 days after receipt of order (ARO). This equipment is critical for maintaining and supporting the operational capabilities of the F-35 aircraft. Interested vendors should contact Fernando Orozco at 801-777-1625 or via email at fernando.orozco.1@us.af.mil, or Lasonia Anderson at 478-926-9510 or lasonia.anderson@us.af.mil for further details.