Thermal Monoculars BIA Office of Justice Services
ID: 140A1625Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

MISCELLANEOUS WEAPONS (1095)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Office of Justice Services. The thermal monoculars must meet specific military compatibility requirements, including a BAE 12-micron 640x480 core, an 18 mm F1.0 lens, and a maximum runtime of 8 hours, along with various accessories. This procurement is crucial for enhancing operational capabilities in law enforcement and security within Indian communities. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals, including necessary documentation, by the specified deadline, with the expectation of delivery within 90 days after order receipt. For further inquiries, potential bidders can contact Lara Wood at lara.wood@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for the procurement of 30 thermal monoculars designed to be compatible with the Wilcox L4 G34 3 Hole Shroud Mounting System. The key specifications include a BAE 12-micron 640x480 core operating at 60 Hz, an 18 mm F1.0 lens with a wide field of view, and a maximum runtime of 8 hours on a rechargeable battery. The monocular is lightweight, can be mounted on weapons or helmets, and is made in the USA, with a five-year warranty provided. The deliverables encompass various required accessories, such as USB and video cables, two batteries, and a battery charger. Additionally, minimum optic specifications are detailed, including detection and identification ranges exceeding 700+ yards and a black-and-white OLED display. To respond to this RFP, bidders must submit specific documentation, including a signed SF 1449, an IEE Representation Form, product specifications, and proof of active registration in SAM.gov with the appropriate NAICS code. This proposal reflects the government’s initiative to acquire reliable and well-validated thermal imaging equipment for enhancement of operational capabilities.
    The document outlines the requirements for self-certification as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act (25 U.S.C. 47). It states that the certification must be valid when responding to solicitations, at contract award, and throughout the contract duration. Contracting officers may request additional documentation to confirm eligibility at any stage, including during the proposal evaluation. Any false or misleading information regarding this certification is a legal violation, carrying penalties under multiple statutes. The document also includes a representation form for entities to certify their status as an IEE, requiring details such as the name of the tribal entity, unique entity ID, legal business name, and ownership information. This form is essential for potential bidders in federal government contracts aimed at promoting Indian economic participation.
    The document outlines a Request for Proposal (RFP) for the procurement of thermal monoculars and associated accessories, specifically intended for use by the Bureau of Indian Affairs Office of Justice Services. The RFP is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and anticipates the delivery within 90 days after receipt of order. The main focus is on the provision of thermal monoculars compatible with specific military requirements, as detailed in the attached specifications. Key details include an award type based on a Firm-Fixed-Price purchase order, compliance with Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR) clauses, and requirements for the submission of quotes and invoicing via the Invoice Processing Platform (IPP). The evaluation process stipulates that quotes will be assessed based on the lowest price that meets technical requirements. This RFP highlights the government's commitment to supporting small businesses and ensuring compliance with standards for federal procurement processes. The document emphasizes the necessity for suppliers to understand the requirements and adhere to the outlined regulations to secure contracts for these critical items.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sonar Underwater Drone BIA Off. of Justice Service
    Buyer not available
    The Bureau of Indian Affairs (BIA) under the U.S. Department of the Interior is seeking proposals for the procurement of specialized Sonar Underwater Drone Equipment, specifically the OceanBotics SRV-8 ROV and associated components. This solicitation is aimed at Indian Small Business Economic Enterprises (ISBEEs) and includes multiple line items such as underwater drones, multibeam sonar systems, robotic grabbers, and spare parts, with an emphasis on brand-name specifications and customer support. The equipment is intended to enhance the capabilities of the BIA's Office of Justice Services, particularly in addressing cases involving missing and murdered individuals, thereby reflecting the government's commitment to advanced marine technology for effective operational needs. Proposals are due within 90 days post-order, and interested parties can contact Lara Wood at lara.wood@bia.gov for further information.
    Binocular Night Observation Device (BiNOD)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of the Binocular Night Observation Device (BiNOD), a critical piece of equipment designed to enhance situational awareness for military personnel in low-light conditions. The procurement aims to acquire a head-borne, battery-operated device that offers advanced imaging capabilities, with specifications emphasizing compatibility with existing soldier equipment and rigorous performance standards. This initiative is vital for ensuring that military operations can effectively utilize cutting-edge technology to maintain operational readiness and effectiveness. Interested vendors should direct inquiries to Michael C. James at michael.c.james78.civ@army.mil or Gerald A. Simmons at gerald.a.simmons2.civ@army.mil, with proposal submissions expected to adhere to the outlined compliance and technical requirements, including a focus on small business participation and a flexible approach to production quantities.
    Firewall Hardware & Licenses for OIT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the acquisition of firewall hardware and licenses for its Office of Information Technology. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519, emphasizing the government's commitment to supporting eligible small businesses in the technology sector. The selected vendor will provide essential cybersecurity infrastructure, with a firm fixed-price purchase order anticipated to be awarded within 90 days of the contract award. Interested offerors should ensure compliance with federal acquisition regulations and submit their proposals promptly, as late submissions may jeopardize eligibility; for further inquiries, contact Maggie Main at maggie.main@bia.gov.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    58--SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing security through the installation of a comprehensive network-based camera system, including three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor safety and operational efficiency at the historic site, with a delivery deadline set for April 1, 2025. Interested bidders must submit their quotations by March 14, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    Thermal Imaging Camera
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals from qualified small businesses for the procurement of two thermal imaging cameras for the Air Force Institute of Technology (AFIT) at Wright Patterson Air Force Base in Ohio. The cameras are required to enhance AFIT's testing capabilities, featuring precise temperature measurement, live data transmission, and compatibility with Windows 11 software, with specifications including a spectral range of 7.5-14 microns and temperature measurement capabilities up to 2,000 degrees Celsius. This procurement is critical for supporting military research and development needs, with quotes due by March 14, 2025, and a performance period of 90 days post-award. Interested vendors must register in the System for Award Management (SAM) and may direct inquiries to primary contact Yusheng Chou at yusheng.chou@us.af.mil or secondary contact Kareem Beckles at kareem.beckles.1@us.af.mil.
    Stainless steel sander-spreader
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Western Region, is seeking proposals for the procurement of a stainless steel sander-spreader under solicitation number 140A1125Q0032. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to support small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women, in compliance with the Buy Indian Act. The sander-spreader will be delivered to Fort Duchesne, Utah, and must meet specific construction specifications outlined in the solicitation documents. Interested bidders are required to submit detailed quotes by the specified deadline, and for further inquiries, they can contact Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    58--SENSOR SYSTEM, THER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of a sensor system related to thermal detection. This opportunity involves the manufacturing of systems and instruments that fall under the NAICS code 334511, which encompasses search, detection, navigation, guidance, and aeronautical and nautical systems. The goods being sought are crucial for enhancing night vision capabilities and overall operational effectiveness in various defense applications. Interested vendors can reach out to Darian Holley at 717-605-1339 or via email at DARIAN.HOLLEY@NAVY.MIL for further details regarding the solicitation process.
    Specifications for 120-155mm Cannon High Precision in-bore Video Microscope Inspection System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a 120-155mm Cannon High Precision in-bore Video Microscope Inspection System. This system is essential for conducting precise inspections of cannon bore conditions, thereby ensuring operational readiness and safety. The procurement falls under the NAICS code 334513, which pertains to the manufacturing of instruments and related products for measuring and controlling industrial processes. Interested small businesses are encouraged to reach out to the primary contact, David Le, at david.v.le.civ@army.mil or by phone at 928-328-7686, or the secondary contact, Joy Davis, at joy.l.davis18.civ@army.mil or 315-772-9900, for further details regarding the solicitation process.
    Radiology Mobile CT Scanner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a mobile CT scanner for the Blackfeet Community Hospital in Browning, Montana. The procurement aims to enhance radiological services by leasing a state-of-the-art 64-slice CT scanner, which must comply with federal and state regulations, and include necessary technical staff and training for hospital personnel. This initiative is part of the Buy Indian Act, prioritizing Indian-owned businesses to ensure they receive at least 51% of the contract earnings. Interested vendors must submit a capability statement by March 21, 2025, demonstrating their qualifications and compliance with eligibility requirements, including registration in the System of Award Management (SAM). For further inquiries, vendors can contact Alta A. Adrian at alta.adrian@ihs.gov.