HAWK-EYE 1200 IR CAMERA PROCUREMENT
ID: 6973GH-25-R-1200Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the procurement of HAWK-EYE 1200 IR Cameras to support the United States Customs and Border Protection (CBP). This procurement aims to gather statements of interest, capabilities, and rough cost estimates from businesses capable of providing these cameras, which are essential for search, detection, navigation, and guidance applications in aeronautical and nautical systems. Interested vendors are required to submit a capability statement detailing their experience, relevant contracts, and proposed strategies by 4:00 p.m. Central Time on April 4, 2025, with submissions sent electronically to Jason Perry at jason.m.perry@faa.gov. All responses should be marked as proprietary where necessary.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Follow Up Counter-small Unmanned Aircraft Systems (C-sUAS) EO/IR Camera Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the United States Air Force (USAF), is seeking information from contractors regarding Electro-Optical/Infrared (EO/IR) camera technologies aimed at countering small Unmanned Aircraft Systems (C-sUAS) threats categorized as Groups 1 and 2. This Request for Information (RFI) is designed to gather detailed specifications and capabilities of potential systems, focusing on supply chain resiliency and manufacturing details, to inform future procurement strategies. The information collected will assist the USAF in evaluating industry capabilities to meet operational requirements, although no contract will be awarded as a result of this RFI. Interested parties must submit their responses by May 30, 2025, at 3:00 P.M. Eastern Standard Time (EST) to the designated contacts, Robert Gill and Alex Raveau, via the provided email addresses.
MARKET SURVEY: FOR THE PROCURMENT OF CRANE AND OPERATOR SERVICES TO REMOVE A RADAR SYSTEM FROM A 180 FOOT SELF – SUPPORTED TOWER. THIS WORK WILL BE PERFORMED NEAR BUFFALO, NEW YORK.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to procure crane and operator services for the removal and replacement of a radar system from a 180-foot self-supported tower near Buffalo, New York. The project requires a minimum 150-ton capacity crane and operator to safely handle the existing radar components, which weigh approximately 718 pounds, with the work expected to take three days to complete. This procurement supports the Department of Homeland Security’s Customs and Border Protection Agency's mission to enhance border security infrastructure. Interested vendors must submit their capability statements and any relevant SBA 8(a) certification by 5:00 p.m. Central Time on April 28, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov, including "Market Survey Response: Northern Border Crane and Operator Support Buffalo, N.Y." in the subject line.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
Sources Sought for Night Vision Goggle Training
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify sources capable of providing Night Vision Goggle (NVG) Pilot Training for its Flight Standards Operations Inspectors. The training program aims to ensure FAA personnel are proficient in NVG concepts, regulatory requirements, and safety assessments, with specific criteria for both initial and recurrent training, including a minimum number of flight hours and course content as outlined in the attached Performance Work Statement (PWS). This training is vital for maintaining a skilled workforce that can effectively evaluate aircraft equipped with NVGs, thereby supporting the FAA's commitment to aviation safety and regulatory compliance. Interested vendors must submit their capability statements by 5:00 p.m. CST on May 5, 2025, via email to Shelley Howard at shelley.a.howard@faa.gov, and should note that this is not a request for proposals or a solicitation for bids.
Directed Infrared Countermeasure System for Large Aircraft
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking market research responses from businesses capable of providing a directed infrared countermeasures system for large aircraft. The system is intended to detect, deny, and defeat various aerial threats, including man-portable air defense systems and surface-to-air missiles, while ensuring compliance with open architecture standards for future adaptability. This initiative is crucial for enhancing the defense capabilities of U.S. military aircraft, with a requirement for readiness by May 2028. Interested firms must submit their capabilities statements unclassified via the DoD SAFE system by 5:00 PM EST on May 15, 2025, and can direct inquiries to Victoria Russell at victoria.russell.1@us.af.mil.
Uncrewed Aircraft Systems Project Office 2025 Sources Sought for Purpose Built Attritable Systems (PBAS)
Buyer not available
The Department of Defense, specifically the Army's Uncrewed Aircraft Systems Project Office, is seeking information on commercially available Purpose Built Attritable Systems (PBAS) First Person View (FPV) Small Uncrewed Aircraft Systems (SUAS). The objective is to identify production-ready UAS candidates that comply with relevant legislation, including the National Defense Authorization Acts, to enhance the Army's reconnaissance, surveillance, and target acquisition capabilities, while also enabling secondary functions such as communications relay and lethal payload delivery. Interested parties must submit requests for additional information by May 2, 2025, with final submissions due by May 8, 2025. For inquiries, contact Elbert Clarke at elbert.clarke.civ@army.mil or Keandra Milligan at keandra.g.milligan.civ@army.mil.
Phantom Cameras
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Phantom T4040 cameras and associated equipment from Vision Research, Inc. This acquisition aims to replace outdated camera systems with new technology that meets specific form, fit, and function requirements, ensuring compatibility with existing accessories and maintaining high-quality data collection capabilities. The equipment is critical for advanced cinematography applications within government projects, emphasizing the need for compliance with federal regulations, including TAA compliance. Proposals are due by December 2, 2024, with an anticipated award date of January 2, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at (540) 742-8050 for further information.
Market Survey-Central Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Central Service Area (CSA), which includes states such as Illinois, Indiana, Kansas, Minnesota, New Mexico, Michigan, Ohio, and Texas. The FAA seeks to procure armed security services to protect its employees and facilities from various threats, including theft, terrorism, and unauthorized access, as part of its National Security Officer Services (NSOS) Program. The selected contractor will be responsible for implementing a Facility Security Management Program (FSMP), which includes monitoring access, responding to alarms, and conducting screenings, while adhering to strict operational protocols and maintaining high standards of professionalism. Interested parties must submit their past performance information and capability statements to the primary contact, Donald Sumner, via email by April 30, 2025, to be considered for this opportunity.
FLIR
Buyer not available
The Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a firm fixed-price contract to supply FLIR systems, specifically identified by NSN 5855-01-518-8691, over a five-year period. The procurement requires an initial quantity of 175 units in Year 1, with subsequent annual quantities of 100 units for each of the following four years, totaling 575 units. This contract is a sole source requirement to L-3 Harris Cincinnati Electronics Corporation, emphasizing the critical nature of these systems for defense operations. Interested contractors must submit their proposals via email to Rodney Haygood by the extended deadline of May 23, 2025, as outlined in the solicitation SPRRA2-25-R-0003.
Market Survey-Northeast Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Northeast Service Area, which includes New Hampshire, New York, New Jersey, Pennsylvania, and Virginia. The procurement aims to enhance the security of FAA employees and facilities by requiring contractors to provide armed security services, including visitor and vehicle screening, monitoring of alarms, and emergency responses, while adhering to strict operational and administrative protocols. Interested parties must submit their past performance information and capability statements by April 30, 2025, to Donald Sumner at Donald.C.Sumner@faa.gov, as the FAA evaluates the potential for future acquisitions based on the responses received.