Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 2 PM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

AFRL/DO Camera Array System as Virtual Tower for SkyVision Test Site

Details

Solicitation ID COMBO-AFRL-PZLEQ-2025-0015
Posted Date 26 Jun 2025 at 2 PM
Response Date 28 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2396 Usaf Afmc Afrl Pzl Afrl Pzle
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

Possible Bidders

Sign up to access Documents

Signup now

GENERAL STATEMENT:

This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.

SOLICITATION INFORMATION

Solicitation Number: COMBO-AFRL-PZLEQ-2025-0015

[X] Request for Quotation (RFQ) [   ] Request for Proposal (RFP) [   ] Invitation for Bid (IFB)

Site visits will be made available on:

Tuesday July 15, 2025 @ 9:00am ET

Wednesday July 16, 2025 @ 9:00am ET

Thursday July 17, 2025 @ 9:00am ET

Interested parties shall contact Bill Hack, [email protected], for site visit coordination no later than Thursday July 10, 2025 @ 12:00pm ET to allow for coordination between the interested party and Government.

REGULATION IDENTIFICATION:

This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025

NOTICE OF SMALL BUSINESS SET-ASIDE:

Set-aside Type:  Not Applicable

NAICS Size Standard:  334511

LISTING/DESCRIPTION OF ITEMS:

CLIN #:  0001

QTY:  1

UNIT:  Each

DESCRIPTION:

One (1) camera array system to cover terminal operation at low altitude in the immediate airport airspace. The system should enhance SkyVision Ground-Based Detect and Avoid (GBDAA) effectiveness and coverage by integrating a visual component supporting for transitioning aircraft operations to the radar coverage floor.  The system expands the role of “electronic observer” that was validated with SkyVision in a radar environment to show how EO/IR sensors can replace the “visual observer”.  The objective of this system is to perform terminal aircraft operations of an uncrewed aircraft supported by EO/IR technology.

Requirements/Salient Characteristics:

  • Provides 3-D positioning and 360 coverage 
  • High probability of detection, tracking continuity and target/track (ID, altitude, speed, heading, etc.) information for crewed airborne aircraft
  • ADS-B capability installed and operational correlating flight track information with visual aircraft
  • Detection range of approximately 4 miles
  • Low failure rate
  • Standard power requirements (110/220 VAC 50/60 Hz)
  • Installation, integration (Integration means getting equipment installed and working and demonstrating the remote operation (Requirement 9) and that the data interface can be sent to another location (Requirement 10)., and training support required (Installation location slides attached).  The installation, integration, and training support phases shall be proposed as individual tasks, options, or combined, but must be clearly addressed.  Contractor’s preference on how they wish to cost these phases.
  • Camera controls need to be operated remotely.
  • Supports standard ASTERIX data interface to multiple locations.
  • Environmental Protection for the system
  • Training and maintenance plan options.
  • The contractor will need to coordinate with Springfield-Beckley Airport on mounting and structural requirements for installing their equipment on the tower.  This may require an engineering study of the acceptable loads on the tower itself.

DELIVERY INFORMATION:

FOB:   [X] Destination

            [   ] Origin

Place of Delivery:

            AFRL/DOM

            Richard Fox c/o William Hack

            1323 W. Blee Road

            Springfield, Oh 45502

Requested Date of Delivery:

As soon as possible.  Include lead time/delivery date in response.

INSTRUCTIONS TO OFFERORS:

The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.

Addenda:

            N/A

EVALUATION OF OFFERS:

The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.

The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable

                        (1) Price

(2) Technical Acceptability

(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the Statement of Work.

Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.

The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.

OFFEROR REPRESENTATIONS AND CERTIFICATIONS:

Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote.

  • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
  • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.

CONTRACT TERMS & CONDITIONS:

The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.

Addenda:

            N/A

REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:

The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (Jan 2025), applies to this acquisition.

The following clauses are incorporated via paragraph (a) and considered applicable to this acquisition:

Clause Number

Clause Title

FAR 52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-23

Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities

FAR 52.204-25

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.219-28

Post Award Small Business Program Representation

FAR 52.222-3

Convict Labor

FAR 52.222-19

Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-1

Buy American--Supplies

FAR 52.225-13

Restrictions on Certain Foreign Purchases

FAR 52.232-33

Payment by Electronic Funds Transfer- System for Award Management

FAR 52.232-40

Providing Accelerated payments to Small Business Subcontractors

FAR 52.233-3

Protest After Award

FAR 52.233-4

Applicable Law for Breach of Contract Claim

The following clauses are incorporated via paragraph (b) {add paragraph c for services} and considered applicable to this acquisition:

Clause Number

Clause Title

FAR 52.203-6 Alt I

Restrictions on Subcontractor Sales to the Government

FAR 52.204-27

Prohibition on a ByteDance Covered Application

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-9

Updates of Publicly Available Information Regarding Responsibility Matters

(If contract is > $600,000 and offeror checked “has” in paragraph (b) of provision    52.209-7)

FAR 52.219-8

Utilization of Small Business Concerns

FAR 52.219-9

Small Business Subcontracting Plan

FAR 52.219-16

Liquidated Damages – Subcontracting Plan

FAR 52.219-28

Post Award Small Business Program Representation

FAR 52.222-3

Convict Labor

FAR 52.222-19

Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-35

Equal Opportunity for Veterans

FAR 52.222-36

Equal Opportunity for Workers with Disabilities

FAR 52.222-37

Employment Reports on Veterans

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.222-54

Employment Eligibility Verification

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.223-23

Sustainable Products and Services

FAR 52.225-1

Buy American--Supplies

FAR 52.225-13

Restrictions on Certain Foreign Purchases

FAR 52.226-8

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.232-33

Payment by Electronic Funds Transfer- System for Award Management

FAR 52.240-1

Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities

FAR 52.242-5

Payments to Small Business Subcontractors

ADDITIONAL CONTRACT REQUIREMENTS:

(1) Offeror shall include all warranty requirements and documentation with quote.

(2) Offerors shall identify how long the quote is valid.

Additional provisions and clauses applicable to this requirement:

Clause or Provision

Clause/Provision Number

Clause/Provision Title

Clause

FAR 52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

Provision

FAR 52.204-7

System for Award Management

Provision

FAR 52.204-8

Annual Representations and Certifications

Clause

FAR 52.204-13

System for Award Management Maintenance

Clause

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

Clause

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Clause

FAR 52.232-40

Providing Accelerated payments to Small Business Subcontractors

Clause

FAR 52.246-16

Responsibility for Supplies

Clause

FAR 52.247-34

F.O.B. Destination

Provision

FAR 52.252-1

Solicitation Provisions Incorporated by Reference

(Fill-in Text)

- https://www.acquisition.gov/

Clause

FAR 52.252-2

Contract Clauses Incorporated by Reference

(Fill-in Text)

- https://www.acquisition.gov/

Clause

DFARS 252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Clause

DFARS 252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Provision

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Clause

DFARS 252.204-7003

Control of Government Personnel Work Product

Provision

DFARS 252.204-7004, Alt A,

System for Award Management Alternate A

Provision

DFARS 252.204-7008

Compliance with Safeguarding Covered Defense Information Controls ***(Required if contract is not for a COTS item)***

Clause

DFARS 252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting ***(Required if contract is not for a COTS item)***

Provision

DFARS 252.204-7019

Notice of NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)***

Clause

DFARS 252.204-7020

NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)***

Clause

DFARS 252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

Clause

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Clause

DFARS 252.225-7001

Buy American and Balance of Payments Program

Clause

DFARS 252.225-7002

Qualifying Country Sources as Subcontractors

Clause

DFARS 252.225-7048

Export-Controlled Items

Clause

DFARS 252.232-7003

Electronic Submission of Payment Requests

Clause

DFARS 252.232-7006

Wide Area Workflow Payment Instructions

Clause

DFARS 252.232-7010

Levies on Contract Payments

Clause

DFARS 252.225-7012

Preference for Certain Domestic Commodities

Clause

DFARS 252.243-7001

Pricing of Contract Modifications

Clause

DFARS 252.244-7000

Subcontracts for Commercial Items

Clause

AFFARS 5352.201-9101

Ombudsman

(Fill-in Text)

Ombudsman: AFRL/PK Director

Alternate Ombudsman:  AFRL/PK Deputy Director

1864 Fourth St

Wright-Patterson AFB OH 45433-7130

937-904-9700

[email protected]

DPAS APPLICABILITY:

This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).

SOLICITATION CLOSING INFORMATION:

Quotes are due by: Monday 28 July 2025 @ 5:00 PM ET.

Quotes must be received by the closing date stated above. Submit quotes by email.

POINT OF CONTACT:

The point of contact for this acquisition for any questions and for submission of quotes is:

Name:  Jason B. Sav

Title: Contract Specialist

Email: [email protected]

Similar Opportunities

Wright patterson air force base Ohio 11 Jul 2025 at 9 PM
Wright patterson air force base Ohio 11 Jul 2025 at 9 PM
Philadelphia Pennsylvania 17 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 11 Jul 2025 at 10 PM
Chesapeake Virginia 30 Jun 2026 at 4 AM (estimated)

Similar Awards

Ranger West virginia 12 Sep 2018 at 6 PM
Location Unknown 29 Sep 2006 at 4 AM
New york New york 30 Sep 2014 at 1 PM
Eglin air force base Florida 09 Jul 2018 at 6 PM
Newport Rhode island 09 Oct 2013 at 6 PM