2 ROPS IR Camera Systems
ID: FA461025Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

CAMERAS, MOTION PICTURE (6710)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of two infrared (IR) camera systems for the 2nd Range Operations Squadron at Vandenberg Space Force Base in California. The cameras are intended for high-speed imaging of space launch missions, replacing outdated systems currently in use, and must meet specific technical requirements including an Indium Antimonide (InSb) detector, a resolution of 640 x 512 pixels, and a continuous zoom capability. Interested small businesses must submit their proposals by April 10, 2025, with the contract awarded based on the lowest price technically acceptable criteria, and are encouraged to contact Noah Blake at noah.blake.3@spaceforce.mil or Jake Hluska at james.hluska@spaceforce.mil for further information.

    Files
    Title
    Posted
    The document outlines specific lens requirements for mobile optics equipment intended for mission support. Central to these specifications is the use of an Indium Antimonide (InSb) detector with a spectral range from 3.0 to 5.0 micrometers. The imaging system boasts a resolution of 640 x 512 pixels and employs closed-cycle rotary cooling for the sensor. Additional features include a continuous zoom ratio of 50-250mm, extendable to 150-750mm with a 3X focal attachment, and an integration time ranging from 480 ns to full frame. Notably, the system can operate within temperatures of 10°C to 3000°C and incorporates a self-contained filter wheel for various neutral density filters. The imaging capabilities are complemented by a standard SDI video output and high-speed recording to a CoaXpress data recorder with appropriate software. This comprehensive overview signifies the technological requisites for effective mission support and aligns with federal RFPs, emphasizing the need for precision and adaptability in advanced optical systems.
    This document outlines the Federal Acquisition Regulation (FAR) clauses and provisions incorporated by reference for government contracts related to commercial products and services. It includes a comprehensive list of applicable clauses covering various requirements such as compensation for former Department of Defense (DoD) officials, whistleblower rights, cybersecurity, and domestic sourcing regulations. The document emphasizes the contractor's obligations in relation to unique item identification for items delivered to the DoD valued at $5,000 or more, specifying the format for data submission and the certifications needed to confirm compliance. Additionally, it addresses the evaluation criteria for proposals, indicating the weighted importance of technical approach and pricing among other factors. The structured format of the document allows for quick reference to specific clauses, ensuring compliance with federal acquisition standards. The regulations provide a framework for contractors to understand and navigate the requirements associated with federal contracts, highlighting the importance of accountability, transparency, and ethical conduct in procurement activities. By detailing the necessary clauses and their requirements, the document serves as a crucial resource for both government entities and potential contractors in the procurement process.
    The document details a Federal Request for Proposal (RFP), specifically for the procurement of various products related to the FLIR RS6780 camera systems as part of the Independent Government Cost Estimate (IGCE) for FY24. It lists items for purchase, including the camera system itself, various attachment lenses, calibration tools, software licenses, and other related services. Each item is presented with its part number, quantity, and estimated pricing, leading to a subtotal for the products. Additionally, the cost estimate process is outlined, referencing various pricing bases, such as past contracts and published prices. The purpose of this document is to provide a breakdown of expected costs for the acquisition of imaging technology and related services to support government operations, reflecting a systematic approach to budgeting. It emphasizes the importance of careful budgeting in governmental spending, ensuring accountability and transparency in expenditures. The key point is to ensure that all purchases align with the federal guidelines and that the costs reflect accurate estimates based on reliable pricing sources. Contact information for further inquiries is also provided, reinforcing the need for clear communication in procurement processes.
    The 30th Contracting Squadron is soliciting quotations for a Firm Fixed Price (FFP) contract under RFQ number FA461025Q0027, aimed at acquiring an infrared (IR) camera system for the 2nd Range Operations Squadron at Vandenberg Space Force Base. This solicitation is exclusively open to small businesses in the NAICS code 334511 and requires registration with the System for Award Management (SAM). Submissions must include a detailed technical approach and pricing, with responses due by April 10, 2025. The contract will be awarded based on the lowest price technically acceptable (LPTA) criteria, emphasizing that complete packages are necessary for evaluation. The government's right to cancel the solicitation remains, with no reimbursement obligations for costs incurred by offerors. The expected delivery date is within 60 days post-award, and all quotations should adhere strictly to specified formats to avoid disqualification. Evaluation criteria focus on technical acceptability and price reasonableness, ensuring competitive bidding. This procurement aims to fulfill specific operational needs while promoting fair competition among small business entities.
    Lifecycle
    Title
    Type
    2 ROPS IR Camera Systems
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    NEXTGEN FLIR Replacement
    Dept Of Defense
    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
    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.
    HOUSING SECTION NIGHT VISION VIEWER AND LASER SOLID STATE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Delivery Contract (IQC) for the procurement of Housing Section Night Vision Viewers and Laser Solid State devices. This contract includes a base year period for two National Stock Numbers (NSNs): 5855-01-609-6204 for the Night Vision Viewer and 5860-01-618-0130 for the Laser, with estimated quantities of 1,400 and 4,140 units respectively. These critical application items are sole source to Intelligent Manufacturing Solutions LLC, and the procurement is set aside exclusively for small businesses, emphasizing the importance of maintaining a robust supply chain for defense-related technologies. Interested vendors should note that the solicitation will be available on DLA DIBBS starting November 24, 2025, and are encouraged to contact Juline Tenorio at 445-737-1904 or via email at JULINE.TENORIO@DLA.MIL for further information.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is soliciting quotes for a Quickset Gimbal system to enhance the stability and precision of its hyperspectral, multispectral, and high-speed remote sensing instruments at Wright-Patterson Air Force Base, Ohio. This procurement aims to support various courses in Optical Engineering and Applied Physics at the Air Force Institute of Technology (AFIT), ensuring practical application of skills and effective teaching methodologies. The gimbal must meet stringent technical specifications, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating, with delivery and installation required within 16 weeks of contract award. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on 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.
    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.
    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.
    CAMERA,TELEVISION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of television cameras under the solicitation titled "CAMERA, TELEVISION." The contract will require compliance with various quality standards, including ISO 9001 or higher, and will involve the delivery of 20 units within a specified timeframe of 365 days. These cameras are critical for airborne radio and television communication, supporting military operations and enhancing situational awareness. Interested vendors can reach out to Sean Geiger at 215-737-6825 or via email at SEAN.GEIGER@DLA.MIL for further details and to submit proposals.