Closed Solicitation · DEPT OF DEFENSE

    FLIGHTLINE VIEWING CAMERAS / JOYSTICKS / INSTALLATION

    Sol. W50S72-25-Q-7103Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SIOUX CITY, IA
    Closed
    STATUS
    Closed
    closed Sep 4, 2025
    POSTED
    Aug 20, 2025
    Publication date
    NAICS CODE
    334290
    Primary industry classification
    PSC CODE
    6710
    Product & service classification

    AI Summary

    The Department of Defense is soliciting quotes for high-definition security cameras, joystick controls, and installation services. This RFQ is set aside for small businesses and requires compliance with specific technical specifications. Proposals are due by 2:00 p.m. Central Time on September 4, 2025, and must include all required documentation.

    Contract details

    Solicitation No.
    W50S72-25-Q-7103
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 20, 2025
    Response Deadline
    September 4, 2025
    NAICS Code
    334290AI guide
    PSC / Class Code
    6710
    Primary Contact
    Mark Crombie
    State
    IA
    ZIP Code
    51111-1396
    AI Product/Service
    both

    Description

    This solicitation, W50S72-25-Q-7103, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, effective 07 August 2025. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 334290 and the small business size standard is 800 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation:

    Required Line Items:

    0001 – Stand-alone high-definition security camera with one autodome PTZ (pan-tilt-zoom) style Internet Protocol (IP) camera.  Quantity: 2 EACH

    • Minimum 30x zoom capability
    • Minimum 180 degrees pan capability
    • No recording capabilities required
    • Minimum 1080p
    • Day/night capable
    • Weatherproof
    • Power Over Ethernet (POE)

    0002 Joystick control panel to control the movement of the cameras. Quantity: 1 EACH

    • Must be capable of multiple inputs
    • Must be able to control both cameras
    • Must connect to existing display Samsung model #UN40H50033AF
    • No wi-fi, not connected to internet/(off local network) or Bluetooth

    0003 Installation of Building 261 camera (approx.. 22 ft high – see photo Attachment 1) steel exterior. There is an existing camera with conduit. Existing camera will need removed and the new camera will need installed. Existing conduit can be reused on Building 261, the cable will not be able to be reused so required mounting brackets, cable, and connectors must be included. Vendor must use plenum rated wires. Connection of camera to joystick and display in Building 261 Room 227 through POE. Length from camera to display is approximately 250 feet. Mounts and cabling plan will have to be approved by the Civil Engineer prior to install. A site visit is available upon request. Quantity: 1 EACH

    0004 Installation of Building 252 camera (approx.. 22 ft high – see photo Attachment 2) steel exterior. New wall penetration will be required, including required mounting brackets and required cable and connectors. Connection of camera to joystick and display in Building 261 Room 227 through POE. Media converters and POE extenders will be required. NO conduit available for use, vendor must use plenum rated wires. Length from camera to display is approximately 1,000 feet. There is a communications room available in Building 252 to bridge connection to Building 261 communications room (see drawing Attachments 3, 4, and 5). Mounts and wall penetration plan will have to be approved by the Civil Engineer prior to install. A site visit is available upon request. Quantity: 1 EACH

    SUBMISSION REQUIREMENTS/RFQ TERMS:

    1.  Offerors shall submit ALL of the following information with their quote on attached vendor information sheet (Attachment 7). Failure to provide the vendor information sheet will render the quote non-responsive, and it will not be considered for award.

    • Company/Offeror Name:
    • Company Tax ID Number:
    • Company P.O.C:
    • POC Phone Number:
    • POC E-Mail:
    • Cage Code or UEI Number:
    • Place of Manufacture (Required):
    • Anticipated Delivery Time After Receipt of Order (ARO):
    • F.O.B. (if origin, please provide cost):
    • Net Payment Terms (Net 30, unless otherwise noted):

    2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.  Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award.

    3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.  Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. Failure to provide representations and certifications form, or have them completed within SAM profile will render the quote non-responsive, and it will not be considered for award.

    4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.  Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation.

    5. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:

    (A) Small business;

    (B) Service-disabled veteran-owned small business;

    (C) Women-owned small business (WOSB) under the WOSB Program;

    (D) Economically disadvantaged women-owned small business under the WOSB Program; or

    (E) Historically underutilized business zone small business.

    6. Questions regarding this solicitation shall be emailed to SMSgt. Mark Crombie, no later than 2:00 p.m. Central Time on Friday, 29 August 2025. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation.

    7. Proposals are due at: 2:00 p.m. Central Time on Thursday, 04 September 2025

    185ARW/MSC

    ATTN: SMSgt. Mark A. Crombie

    2920 Headquarters Avenue

    Sioux City, IA 51111-1300.

    Proposals may be submitted by mail, hand delivered, or e-mail to mark.crombie.1@us.af.mil 

    It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.

    Key dates

    1. August 20, 2025Posted Date
    2. September 4, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FLIGHTLINE VIEWING CAMERAS / JOYSTICKS / INSTALLATION 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.