Closed Solicitation · DEPT OF DEFENSE

    AFRL/DO CAMERA ARRAY SYSTEM AS VIRTUAL TOWER FOR SKYVISION TEST SITE

    Sol. COMBO-AFRL-PZLEQ-2025-0015Combined Synopsis/SolicitationWRIGHT PATTERSON AFB, OH
    Closed
    STATUS
    Closed
    closed Jul 28, 2025
    POSTED
    Jul 25, 2025
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    5865
    Product & service classification

    AI Summary

    The Air Force Research Laboratory is seeking quotes for a camera array system to enhance low altitude terminal operations for uncrewed aircraft. The system must integrate visual components with radar coverage and provide 3-D positioning and tracking capabilities. Interested parties should respond by the specified deadlines for site visits and include lead time in their proposals.

    Contract details

    Solicitation No.
    COMBO-AFRL-PZLEQ-2025-0015
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    July 25, 2025
    Response Deadline
    July 28, 2025
    NAICS Code
    334511AI guide
    PSC / Class Code
    5865
    Primary Contact
    Jason Sav
    State
    OH
    ZIP Code
    45433-7541
    AI Product/Service
    product

    Description

    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, william.hack.1@us.af.mil, 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

    Afrl.pk.workflow@us.af.mil

    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: jason.sav@us.af.mil

    Key dates

    1. July 25, 2025Posted Date
    2. July 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    AFRL/DO CAMERA ARRAY SYSTEM AS VIRTUAL TOWER FOR SKYVISION TEST SITE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.