Total Small Business Set Aside for Brand Name Altum - 1 each Altum PT Multispectral Sensor Kit
ID: N61331-25-T-TR11Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Aircraft Manufacturing (336411)

PSC

CAMERAS, MOTION PICTURE (6710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking qualified vendors to provide a Total Small Business Set Aside for one Altum PT Multispectral Sensor Kit. This procurement is essential for the National Integration Strategy Environment (NISE) project, as the Altum PT Multispectral Sensor Kit is uniquely suited to meet the project's stringent requirements, particularly in harsh operational environments. The contract will be awarded based on best value considerations, including pricing, delivery, quality, and past performance, with a firm fixed price anticipated below $250,000. Interested vendors must submit their quotes to Terra Roberts via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow and providing a CAGE code.

    Files
    Title
    Posted
    The document outlines key contractual and administrative requirements for government contracts, specifically focusing on delivery terms, payment procedures, compliance clauses, and roles in contract administration. It details the terms for F.O.B. (Free on Board) origin and destination, mandates electronic payment requests through the Wide Area Workflow system, and establishes various contract clauses addressing issues such as telecommunications services banned from specific entities and internal confidentiality. It also specifies administrative protocols including roles of contract officers and representatives, points of contact, and operational hours, particularly during federal holidays where special delivery schedules may apply. There are guidelines on contractor responsibilities, particularly concerning communication and billing specifics within contract performance. Overall, the document serves to ensure compliance with federal contracting standards and policies, protecting government interests while clarifying expectations for contractors regarding performance, reporting, and operational protocols to facilitate effective contract management and oversight. This documentation is essential in guiding potential bidders on the necessary conditions and regulations that govern participation in government RFPs and grants.
    The document serves as a Limited Source Justification from the Naval Sea Systems Command for acquiring Altum brand multi-spectral sensor kits. The procurement is essential for a National Integration Strategy Environment (NISE) project, with detailed specifications confirming that the Altum PT Multispectral Sensor Kit uniquely meets the project’s requirements. The contract will use simplified acquisition procedures, with costs estimated below $250,000, reflecting market research that indicates Altum as the sole provider capable of fulfilling the Government's needs due to the equipment's unique performance in harsh environments and specific operational constraints. The Contracting Officer has determined that sourcing this specific brand represents the best value, ensuring the timely and effective integration of the sensor into the NISE project. Emphasizing urgency, the acquisition is imperative to avoid delays that would arise from testing alternative solutions. The document concludes with the acknowledgment that no other supplier could meet the requirements, reinforcing the necessity for exclusive procurement from Altum.
    Lifecycle
    Similar Opportunities
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from authorized distributors or resellers for Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside procurement. The contract aims to acquire specific brand-name thrusters, as only Tecnova Advanced Systems can meet the government's stringent requirements without necessitating costly modifications to existing systems. This procurement is crucial for maintaining operational efficiency and part interchangeability within the Navy's underwater vehicle programs. Interested vendors must submit their quotes by December 17, 2025, at 11:00 a.m. Central Time, and can direct inquiries to Terra Roberts at terra.s.roberts.civ@us.navy.mil, with the total acquisition value expected to be under $350,000.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    FIBER OPTICS
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotations for fiber optic tool kits and related equipment as part of a combined synopsis/solicitation. The procurement includes four combination fiber optic kits that must comply with DOD-STD-2042NF specifications and contain specific components such as torque wrenches, adaptors, and inspection scopes, among others. These kits are crucial for the Strategic Systems Programs Branch's fiber optic operations, ensuring the maintenance and functionality of critical systems. Interested vendors must submit their quotes electronically by the specified deadline, and all submissions must include a detailed list of items, firm pricing, and adhere to strict packaging and shipping requirements. For further inquiries, potential offerors can contact Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil or by phone at 951-393-4354.
    66--TEST SET,OPTICAL PO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of the Optical Test Set (NSN 6650015094844). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for small businesses under the SBA guidelines. The Optical Test Set is crucial for various defense applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    FLIR GIMBALS
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for the procurement of FLIR Gimbals and associated optical hardware components, specifically designed to enhance night missions and surveillance capabilities. The solicitation requires specific FLIR brand-name products, including D300 E-series pan-tilt units, power supplies, breakout cable harnesses, and heavy-duty payload brackets, emphasizing the need for compatibility with existing systems used by the Navy and Air Force. This procurement is critical as it ensures the integration of tested and reliable equipment that performs well in harsh environments, thereby avoiding substantial costs associated with testing and certification of alternative brands. Interested offerors must submit their quotes electronically by the specified deadline and provide proof of authorization as an OEM, authorized dealer, or distributor, with deliveries expected within 45 calendar days post-award. For further inquiries, contact Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    ALTIMETER,PRESSURIZ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of pressurized altimeters. This contract involves the manufacture and quality assurance of these instruments, which are critical for measuring and controlling industrial process variables in defense applications. The procurement is part of an emergency acquisition initiative, with a closing date for quotes extended to January 12, 2026. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, and must comply with specific quality and packaging standards outlined in the solicitation.
    Magnification Check Kits
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.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.