High-Speed FLIR Camera, Hardware and Accessories Sources Sought
ID: N0017425SN0033Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Motion Picture and Video Production (512110)

PSC

CAMERAS, MOTION PICTURE (6710)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, Indian Head Division (NSWC IHD), is seeking to procure a High-Speed Forward Looking Infrared (FLIR) Camera System from Teledyne FLIR Commercial Systems, Inc. This procurement will be conducted as a Firm Fixed Price (FFP) supply contract on a sole source basis, as only one supplier meets the government's specific requirements under 10 USC 3204(a)(1) and FAR 6.302-1. The specialized equipment is crucial for the government's operational needs, emphasizing a streamlined approach to procurement. Interested parties must submit their correspondence by 3:00 p.m. EST on June 20, 2025, via email to Diane Hicks at diane.d.hicks.civ@us.navy.mil, with larger files needing to be compressed and renamed appropriately.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) seeks to procure a High Speed Forward Looking Infrared (FLIR) Camera System from Teledyne FLIR Commercial Systems, Inc. This procurement will be conducted as a Firm Fixed Price (FFP) supply contract on a sole source basis, citing that only one supplier meets the government's requirements under 10 USC 3204(a)(1) and FAR 6.302-1. The notice clarifies that this is not an invitation for competitive proposals, and any submissions will be considered at the government’s discretion without any guarantee of solicitation or award. Interested parties must submit correspondence by June 18, 2025, via email to Diane Hicks, while larger files are required to be compressed and renamed appropriately. The context of this procurement indicates a focused need for specialized equipment, highlighting the government’s streamlined approach to meet its operational needs efficiently.
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) seeks to contract a sole source for the INHD-CD FLIR Camera System from Teledyne FLIR Commercial Systems, Inc. This procurement involves providing high-speed FLIR camera hardware and necessary accessories to support government operations. The intended contract will be a Firm Fixed Price (FFP) and, as justified under 10 USC 3204(a)(1) and FAR 6.302-1, it is pursued on a sole-source basis due to the specific needs that only one supplier can meet. While this notice serves to inform and invite potential responses, it explicitly states that it does not constitute a request for competitive proposals, nor will any solicitation be published. Interested parties must submit their responses via email by the specified deadline. The document emphasizes that it is at the government's discretion to determine whether to continue with the sole-source approach. Overall, this initiative underlines the exclusive sourcing strategy for specialized government equipment.
    Similar Opportunities
    58--THERMAL IMAGING SYS, IN REPAIR/MODIFICATION OF
    Buyer not available
    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.
    NEXTGEN FLIR Replacement
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is conducting market research for the NEXTGEN FLIR Replacement, specifically seeking sources for improved rotary wing electro-optical sensor systems. The objective is to identify potential suppliers capable of providing non-developmental airborne turreted sensor systems that meet the Government's System Performance Specification (SPS), which is controlled unclassified information subject to U.S. export controls. This procurement is critical for enhancing operational capabilities in night vision and surveillance applications. Interested parties must submit their statements of interest and qualifications by January 12, 2026, to Ms. Julia Kennedy at julia.a.kennedy.civ@socom.mil, with no obligation for the Government to issue a solicitation based on the responses received.
    IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from DRS Network & Imaging Systems, LLC for the procurement of IBAS 2.8 with 2nd Gen FLIR Kits, intended for use with the Bradley Fighting Vehicle. The DLA requires pricing for a Best Estimated Quantity (BEQ) of 229 units for Fiscal Year 2026 and 148 units for Fiscal Year 2027, with proposals needing to include firm-fixed pricing and comprehensive cost data compliant with federal regulations. This procurement is critical for enhancing the operational capabilities of military vehicles, ensuring they are equipped with advanced detection and imaging systems. Proposals are due by January 30, 2026, with all communications directed to Anna Phillips at anna.phillips@dla.mil.
    high-speed, high dynamic range, thermal imaging system
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for a high-speed, high dynamic range thermal imaging system. This system is intended to operate in the medium-wavelength infrared (MWIR) band and is crucial for advancing research capabilities at the Air Force Institute of Technology (AFIT), particularly in graduate optical engineering labs and ongoing defense-centered projects. Interested firms are required to submit a capability statement electronically to the designated contacts by December 15, 2025, at 11:00 AM EST, with all submissions becoming government property and subject to specific formatting guidelines. For further inquiries, interested parties can reach out to Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    Teledyne Acoustic Communications (ACCOMs) Hardware
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), intends to award a firm fixed price purchase order for Acoustic Communications (ACCOMs) Hardware from Teledyne Instruments, Inc. This sole-source procurement is justified due to the proprietary nature of Teledyne's hardware, which is already integrated with existing government software, thus avoiding costly redesigns and schedule delays. The acquisition includes specific components such as transponders, mounting sleeves, cables, acoustic releases, and modems, all of which are critical for naval operations. Quotes are due by December 9, 2025, at 4:00 PM EST, and interested parties must ensure active registration in SAM. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    Synopsis QTY 1 EA RECEIVER, INFRARED
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of an infrared receiver from Northrop Grumman Systems Corp. The procurement involves the repair of NSN: 5865015916897, P/N: 001-008087-0006, and is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 23, 2025, and closing on January 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.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.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    Synopsis for ATFLIR FMS BOA
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.