Closed Solicitation · DEPT OF DEFENSE

    TELEDYNE FLIR SYSTEMS, INC MULTISPECTRAL FIXED CAMERAS

    Sol. N6833525Q1018Combined Synopsis/SolicitationLAKEHURST, NJ
    Closed
    STATUS
    Closed
    closed Nov 28, 2025
    POSTED
    Nov 12, 2025
    Publication date
    NAICS CODE
    334310
    Primary industry classification
    PSC CODE
    6760
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for Teledyne FLIR Systems, Inc multispectral fixed cameras under solicitation number N68335-25-Q-1018. This procurement is limited to authorized distributors and will result in a firm-fixed-price contract. Delivery is required at the Naval Air Warfare Center, Lakehurst, NJ.

    Contract details

    Solicitation No.
    N6833525Q1018
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    November 12, 2025
    Response Deadline
    November 28, 2025
    NAICS Code
    334310AI guide
    PSC / Class Code
    6760
    Primary Contact
    Danielle Russo
    State
    NJ
    ZIP Code
    08733
    AI Product/Service
    product

    Description

    Combined Synopsis/Solicitation

    N68335-25-Q-1018

    Teledyne FLIR Systems, Inc Multispectral Fixed Cameras

    Naval Air Warfare Center Aircraft Division Lakehurst, NJ

    ________________________________________________________

    I. Description of Requirement

    This procurement is for brand name tools in support of the NAWCAD Lakehurst's DHS Gesture Recognition's research and development project.  The Government intends to procure the above items under a limited competition between the authorized distributors of Teledyne FLIR Commercial Systems Inc, (CAGE: 6GY45).  Delivery shall be made to the Naval Air Warfare Center, Lakehurst, NJ.

    The resultant contract will be a firm-fixed-price contract.

    II. Solicitation Instructions.  (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 12 & FAR Part 13 under solicitation number N68335-25-Q-1018. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (v) The associated North American Industrial Classification System (NAICS) code for this procurement is 334310. (vi) The specific items for this requirement can be found in the attached CLIN Structure.  (vii) FOB point is destination as well as inspection and acceptance.  Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.  (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.  

    (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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:

    1. This requirement utilizes FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in the attached CLIN Structure of this solicitation.  Each Offeror will either be Eligible or Ineligible for award.  If an Offeror does not provide the entire list of equipment and is not an authorized distributor, the Offeror will be deemed Ineligible for award. 

    2. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award.  Eligibility shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor of the identified brand name manufacturers. Acceptable demonstration is as follows: Prime level offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND (2) Offeror provides an exact match of the part numbers listed in attached CLIN structure of this solicitation.

    The total evaluated price will be the sum of all CLINs for each part number listed in the attached CLIN structure. The proposed prices will be evaluated to determine if the Offeror’s prices are fair and reasonable.

    The Government intends to evaluate proposals and award the contract without discussions as described in FAR 52.212-1(g); and will evaluate each offer on the basis of the Offeror’s initial offer. Therefore, the initial offer shall contain the Offeror’s best terms.  However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

    (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).

    (xi)  FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii)  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)  Additional clauses and provisions and requirements:

    FAR 52.203-3: Gratuities

    FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I

    FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions

    FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

    FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

    FAR 52.204-7: System for Award Management

    FAR 52.204-13: System for Award Management Maintenance

    FAR 52.204-16: Commercial and Government Entity Code Maintenance

    FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

    FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

    FAR 52.204-27: Prohibition on a ByteDance Covered Application

    FAR 52.209-7: Information Regarding Responsibility Matters

    FAR 52.223-5: Pollution Prevention and Right-to-Know Information

    FAR 52.225-18:  Place of Manufacture

    FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation

    FAR 52.227-1:  Authorization and Consent

    FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.

    FAR 52.229-3: Federal, State And Local Taxes

    FAR 52.232-39: Unenforceability of Unauthorized Obligations

    FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors

    FAR 52.242-13: Bankruptcy

    FAR 52.252-2: Clauses Incorporated By Reference

    DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials

    DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights

    DFARS 252.203-7003: Agency Office of the Inspector General

    DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials

    DFARS 252.204-7003: Control Of Government Personnel Work Product

    DFARS 252.204-7007: Alternate A, Annual Representations and Certifications

    DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls

    DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

    DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation

    DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

    DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    DFARS 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

    DFARS 252.211-7003: Item Unique Identification and Valuation

    DFARS 252.211-7008: Use of Government-Assigned Serial Numbers

    DFARS 252.215-7008: Only One Offer

    DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors

    DFARS 252.217-7026: Identification of Sources of Supply

    DFARS 252.223-7008: Prohibition of Hexavalent Chromium

    DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic

    DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

    DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

    DFARS 252.225-7012: Preference For Certain Domestic Commodities

    DFARS 252.225-7013: Duty-Free Entry—Basic

    DFARS 252.225-7048: Export-Controlled Items

    DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

    DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

    DFARS 252.232-7006:  Wide Area Workflow Payment Instructions

    DFARS 252.232-7010: Levies on Contract Payments

    DFARS 252.243-7001: Pricing Of Contract Modifications

    DFARS 252.243-7002: Requests for Equitable Adjustment

    DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services

    DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System

    DFARS 252.246-7008: Sources of Electronic Parts

    Additional requirements: Quotes are due by 12:00pm EDT, 28 November 2025 to Danielle Russo at danielle.m.russo4.civ@us.navy.mil. Please see attachments for the CLIN Structure. All proposals shall meet all requirements as outlined in the attached CLIN Structure. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.”  Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept only electronic proposals.

    Key dates

    1. November 12, 2025Posted Date
    2. November 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    TELEDYNE FLIR SYSTEMS, INC MULTISPECTRAL FIXED CAMERAS 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.