Opportunity
SAM #N5523626Q0040
Procurement of FLIR T560 24 Infrared Cameras and Accessories for SWRMC
Buyer
Ship Repair and Maintenance Center
Posted
April 09, 2026
Respond By
April 15, 2026
Identifier
N5523626Q0040
NAICS
423410, 334511, 334290, 334516
This procurement supports the Department of the Navy's Southwest Regional Maintenance Center (SWRMC) need for replacement FLIR infrared cameras at Naval Base San Diego. - Government Buyer: - U.S. Navy, Southwest Regional Maintenance Center (SWRMC), Code 262 Electrical Power Generation and Distribution - Contracting office located at 3755 Brinser Street, Suite 1, San Diego, CA 92136-5205 - OEMs and Vendors: - FLIR (Original Equipment Manufacturer of the requested cameras) - Products/Services Requested: - 2 units of FLIR T560 24 infrared cameras (Part Number 89002-0101) - 2 units of 'No Radio Option' (Part Number T300030) for the FLIR cameras - Unique or Notable Requirements: - Replacement is due to wear and obsolescence of existing cameras - Delivery required to SWRMC C200, 13755 Brinser St., Suite #1, San Diego, CA 92136 - Standard commercial warranties and packaging per best commercial practices - F.O.B. Destination delivery - Evaluation factors include technical acceptability, price, and past performance - Total small business set-aside - Place of Performance and Delivery: - Naval Base San Diego, specifically SWRMC C200 facility
Description
This is a Combined Synopsis/Solicitation for commercial products prepared in accordance with the format in Subpart 12. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued.
Request for Quotation (RFQ) N5523626Q0040 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Parts 12. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing.
This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2026-01 (Effective 13 March 2026) and DFARS Publication Notice 20251110.
DESCRIPTION Southwest Regional Maintenance Center (SWRMC) requires procurement and delivery of long-lead-time material (LLTM) in support of SWRMC at Naval Base San Diego. The quote shall provide LLTM Delivery Date.
SEE PRODUCT DESCRIPTION The full text of FAR and DFAR references, provisions, and clauses may be accessed at https://acquisition.gov.
SENSITIVE ACTIVITY AND INTELLIGENCE-RELATED CONTRACTING (SAIRC) AND OPERATIONS SECURITY (OPSEC) STATEMENT This contracting action has been reviewed against the requirement of SECNAVINST S4200.35. SAIRC protections are not required.
PROVISIONS AND CLAUSES The following provisions and clauses apply to this acquisition and will be incorporated into any resultant purchase or delivery order: C-202-H001 Additional Definitions – Basic (NAVSEA) OCT 2018 – FT C-204-H001 Use of Navy Support Contractors for Official Contract Files (NAVSEA) OCT 2018 – FT C-211-H018 Approval by The Government (NAVSEA) JAN 2019 – FT C-215-H002 Contractor Proposal (NAVSEA) OCT 2018 – FT C-247-H001 Permits and Responsibilities (NAVSEA) DEC 2018 – FT D-211-H004 Identification Marking of Parts -- Basic (NAVSEA) OCT 2018 – FT D-246-H002 Warranty Notification for Item(s) ____-- Basic (NAVSEA) OCT 2018 – FT D-247-H004 Marking and Packing List(s) – Basic (NAVSEA) FEB 2022– FT D-247-W001 Prohibited Packing Materials (NAVSEA) OCT 2018– FT E-246-H022 Inspection and Test Records (NAVSEA) JAN 2019 – FT F-242-H001 Contractor Notice Regarding Late Delivery (NAVSEA) OCT 2018 – FT G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (NAVSEA) FEB 2024 – FT G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) JAN 2019 – FT G-242-H001 Government Contract Administration Points of Contact and Responsibilities (NAVSEA) OCT 2023–FT G-242-H002 Hours of Operation and Holiday Schedule (NAVSEA) JUL 2021 – FT
Relevant FAR and DFARS Clauses Prohibition and other clauses are listed here, including but not limited to: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management NOV 2024 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016 52.212-4 Contract Terms and Conditions--Commercial Items NOV 2023 52.219-6 Notice of Small Business Set-Aside 52.219-14 Limitations on Subcontracting (Oct 2022) 52.219-28 Postaward Small Business Program Representation (Jan 2025) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-37 Employment Reports on Veterans (Jun 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment (May 2014) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services (May 2014) 52.222-54 Employment Eligibility Verification (Jan 2025) 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022) 52.223-23 Sustainable Products and Services (MAR 2025) (DEVIATION 2025-O0004) 52.224-3 Privacy Training (Jan 2017) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order AUG 1989 52.243-1 Changes-Fixed-Price AUG 1987 52.244-6 Subcontracts for Commercial Products and Commercial Services 52.246-16 Responsibilities for Supplies APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) APR 1984 252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support JAN 2023 252.204-7021 Cybersecurity Maturity Model Certification Requirements JAN 2023 252.204-7022 Expediting Contract Closeout MAY 2021 252.204-7024 Notice on the use of The Supplier Performance Risk System MAR 2023 252.211-7003 Item Unique Identification and Valuation JAN 2023 – FT 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023 252.225-7000 Buy American – Balance of Payments Program Certificate FEB 2024 252.225-7001 Buy American and Balance of Payment Program FEB 2024 252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022 252.225-7013 Duty-Free Entry AUG 2025 252.225-7048 Export Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Work Flow Payment Instructions JAN 2023 – FT 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items FEB2026 252.246-7003 Notification of Potential Safety Issues JAN 2023 252.247-7023 Transportation on Supplies by Sea OCT 2024
Clauses Incorporated by Reference 52.252-2 Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov (End of clause)
52.252-6 Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(DEVIATION)" after the date of the clause. Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any _____ [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause)
Instructions to Offerors 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services SEP 2023 Offerors must comply with all instructions contained herein. Offerors may submit written questions during the quote preparation period. All questions must be received no later than 13 April 2026, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center (SWRMC) – C410A Procurement Email: Cite the solicitation number in the subject line - N5523626Q0040 Email Addresses: silvana.miranda.civ@us.navy.mil and dayen.lagunas.civ@us.navy.mil
52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products and Commercial Services NOV 2021 (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: Evaluation Factors – The evaluation factors that will be used are: Technical Acceptability – Ability to meet the required delivery date and the salient characteristics of the Product Description Price – Lowest price technically Acceptable (LPTA) Past Performance – Based on the Supplier Performance Risk System Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 12.203 Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Product Description, the source of the information, the context of the data, and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. In accordance with DFARS provision 252.204-7024, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)
52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The provision of FAR 52.212-3 must be submitted by the Offeror to be eligible for award.
52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services NOV 2023 Standard Commercial Warranties apply.
Applicable Provisions and Clauses: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.
Packaging Requirements Unless otherwise stated in Section D clauses, packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.
Delivery Instructions Item shall be priced for F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
Special Contract Requirements Please submit your quote via e-mail to Silvana Miranda, silvana.miranda.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil.
Quotes must be received by the destination inbox no later than 15 April 2026, 11:00 AM (Pacific) or they will not be considered for award.