FLIR Infrared Cameras
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy's Southwest Regional Maintenance Center (SWRMC) is soliciting quotes (RFQ N5523626Q0040) for FLIR Infrared Cameras. This is a Total Small Business Set-Aside to procure two (2) FLIR T560 24" infrared cameras and two (2) "NO RADIO OPTION" units as long-lead-time material for Naval Base San Diego. Quotes are due April 15, 2026.
Scope of Work
SWRMC requires the procurement and delivery of specific FLIR infrared cameras to replace existing worn, torn, and obsolete equipment. The requirement includes:
- Item 0001: Two (2) FLIR T560 24" cameras, Part Number 89002-0101.
- Item 0002: Two (2) "NO RADIO OPTION" units, Part Number T300030. The materials are designated as long-lead-time and are needed to support SWRMC operations at Naval Base San Diego.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing
- Required Delivery Date: April 31, 2026
- Delivery Location: SWRMC C200, 13755 BRINSER ST. Suite #1, San Diego, CA 92136.
- F.O.B.: Destination
- Packaging: Must include an itemized material listing and delivery location/POC information.
Key Dates
- Questions Due: April 13, 2026, 11:00 AM (Pacific)
- Quotes Due: April 15, 2026, 11:00 AM (Pacific)
- Published Date: April 8, 2026
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:
- Technical Acceptability: Ability to meet the required delivery date and the salient characteristics outlined in the Product Description.
- Price: Evaluated for reasonableness.
- Past Performance: Assessed for recency and relevancy, utilizing the Supplier Performance Risk System (SPRS).
Submission Requirements
Offerors must submit quotes via email to silvana.miranda.civ@us.navy.mil and dayen.lagunas.civ@us.navy.mil. All quotes must be received by the deadline. Offerors must also complete and submit FAR 52.212-3, Offeror Representations and Certifications.
Contacts
- Contracting: Silvana Miranda (silvana.miranda.civ@us.navy.mil), Dayen Lagunas (dayen.lagunas.civ@us.navy.mil)
- Delivery POC: Jefferson Paulo (jefferson.s.paulo.civ@us.navy.mil, 619-247-5109)