Mid Wave Infrared Camera System
ID: MWIRType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force Academy, is soliciting quotes for a Mid Wave Infrared Camera System, which includes motorized lenses and perpetual software licenses. The procurement aims to enhance imaging capabilities for defense applications, emphasizing the need for advanced technology that meets stringent federal regulations, including the Buy American Act. Interested vendors must submit firm fixed price quotes electronically by June 25, 2025, ensuring compliance with all relevant guidelines and providing detailed pricing and technical specifications. For further inquiries, potential offerors can contact Brianna Morphis at brianna.morphis@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines special contract requirements pertinent to federal government RFPs and grants, detailing clauses for contracts involving commercial products and services. It includes a comprehensive list of Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated by reference, specifying effective dates and any deviations. Key provisions cover areas such as system maintenance, sustainability, ethics, and product sourcing regulations. The document emphasizes the compliance obligations of contractors, including requirements for unique item identification and representation certifications, particularly regarding small business status and federal regulations. It also elaborates on clauses related to labor standards, equal opportunity, and restrictions on telecommunications. By setting clear contractual expectations, this document serves as a framework to ensure accountability, ethical conduct, and adherence to federal regulations within government contracting processes.
    The document details the "Buy American—Balance of Payments Program Certificate" (252.225-7000) for federal procurement. It outlines definitions related to domestic and foreign end products, as well as the evaluation criteria the government follows. Specifically, it states that offers of qualifying country end products are assessed without the constraints of Buy American regulations. The provision requires offerors to certify their products as domestic or qualifying country end products and to disclose the country of origin and domestic content percentages when applicable. Additionally, it asks for a list of domestic products containing critical components. The purpose of this provision is to ensure compliance with federal acquisition regulations while promoting the use of domestic goods and services in government contracts. This certificate facilitates transparent reporting and verification regarding the origin and composition of items offered under federal contracts.
    The document pertains to the annual representations and certifications required for federal contracts, specifically referencing FAR 52.212-3(b). It emphasizes that any modifications made by the Offeror do not automatically update the representations contained within the System for Award Management (SAM). Offerors are mandated to complete their certifications electronically on SAM prior to submitting their offers, ensuring that the information is accurate and current. The Offeror must certify that their submitted representations and certifications are applicable to the solicitation in question and must identify any specific paragraphs they have completed for the purposes of this solicitation. This guideline is crucial for compliance within the realm of federal requests for proposals (RFPs) and grants, ensuring transparency and accountability in the contracting process. This document maintains formal structure and adherence to governmental standards, emphasizing the importance of accurate representation in federal contracting procedures.
    The U.S. Air Force Academy is soliciting quotes for a Mid Wave Infrared Camera System, outlined under the RFQ FA700025Q0079. The goal is to procure a state-of-the-art infrared camera along with motorized lenses and perpetual software licenses, emphasizing preference for domestic end products per the Buy American Statute. All quoted items must be firm fixed price, with specific requirements including advanced imaging capabilities, calibration services, and substantial storage capacity. Vendors must ensure compliance with various federal regulations and guidelines, including submission of the Buy American Certificate. Quotes must be submitted electronically and include detailed pricing, delivery terms, and technical specifications reflecting the equipment’s capabilities. The selection process will assess offers based on completeness, technical merit, and pricing to determine best value for the government. All submissions must meet strict guidelines, as there is no reimbursement for the costs incurred in preparing quotes. The deadline for submission is June 25, 2025, with an emphasis placed on domestic sourcing and compliance with cybersecurity standards. Overall, the solicitation showcases the government's commitment to advancing its technical capabilities through procurement of sophisticated imaging technology.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Quickset Gimbal system to be delivered and installed at Wright-Patterson Air Force Base, Ohio. This procurement is a 100% small business set-aside under NAICS code 334516, with the objective of acquiring a system that stabilizes and controls a collection of hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for educational purposes in Optical Engineering and Applied Physics courses. The selected vendor must meet specific technical requirements, including a minimum payload capacity of 1200 lbs and an IP67 environmental rating, with a contract period of performance of six weeks post-award. Quotes are due by December 19, 2025, at 1:00 PM EST, and interested parties should direct inquiries to Bryson Pennie and Linh Jameson via email before December 16, 2025.
    Sources Sought for Overhaul of the Turret, Assembly, Infrared
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a sources sought announcement to identify potential sources for the overhaul of the Turret, Assembly, Infrared. The procurement aims to assess the feasibility of a competitive acquisition for a minimum of 30 and a maximum of 160 units, which includes a Foreign Military Sales quantity of 26 units, with the applicable NAICS code being 334511. The Turret, Assembly, Infrared is crucial for military operations, and currently, Teledyne FLIR Defense, Inc. is the only known approved source for its overhaul. Interested parties must submit their capabilities and business information via email to Maggie Bevis by December 29, 2025, referencing the sources sought number in the subject line.
    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.
    IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
    Dept Of Defense
    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.
    66--LENS,OPTICAL INSTRU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of optical instrument lenses, specifically NSN 6650001193966, with an initial order quantity of 52 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum of seven units. These optical lenses are critical for various military 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.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Sources Sought Notice for a MIR Camera
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), has issued a Sources Sought Notice (NIST-SS26-CHIPS-23) to identify potential sources for a mid-infrared camera and associated lenses. This equipment is critical for the Digital Twins for Atomic Layer Deposition Processes Project, which aims to develop and validate digital twin models for atomic layer deposition processes, requiring high sensitivity and rapid imaging capabilities across the mid-infrared spectral region. Interested vendors are requested to provide detailed company information, product specifications, customization capabilities, and pricing by December 15, 2025, to assist in market research for this procurement. For further inquiries, respondents may contact Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov.
    66--PERISCOPE,ARMORED V
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 181 units of the Armored V Periscope (NSN 6650013027684). The delivery of these items is required at DLA Distribution Red River, with specific timelines of 72 days and 30 days after order placement for different line items. The Armored V Periscope is a critical component used in military applications, enhancing visibility and situational awareness for armored vehicles. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil.
    58--LENS,OPTICAL INSTRU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 73 units of optical lenses, specifically NSN 5855016643243. This solicitation is part of a combined synopsis/solicitation and is aimed at acquiring essential optical instruments that play a critical role in various defense applications, including navigation and detection systems. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 76 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.